Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

U -- Disadvantage Youth Staff Development - Attachments

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ10T0035
 
Archive Date
9/11/2010
 
Point of Contact
Khaleelah S. Wright,
 
E-Mail Address
kwright@cns.gov
(kwright@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
Offerors Representations and Certifications Quotation Cover Sheet Statement of Work - Disadvantaged Youth Staff Development This is a combined synopsis/solicitation issued under solicitation number CNSHQ10T0035 in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 dated 07/02/2010, effective 08/02/2010. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.acquisition.gov/far This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) Code is 611430. SUPPLIES OR SERVICES TO BE PROVIDED This is a Firm-Fixed Price (FFP) contract type that will be awarded as set forth in the Statement of Work herein. This award shall be made on a Lowest Price Technically Acceptable (LPTA) basis. PERIOD OF PERFORMANCE The period of performance for this requirement consists of a base year plus four (4) option years, if exercised by the Government. Base year: September 27, 2010 through September 26, 2011 Option Year One: September 27, 2011 through September 26, 2012 Option Year Two: September 27, 2012 through September 26, 2013 Option Year Three: September 27, 2013 through September 26, 2014 Option Year Four: September 27, 2014 through September 26, 2015 Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION The government intends to award a Single Firm-Fixed Price purchase order resulting from this notice on the proposal that provides the lowest price for the below services and meets the technical acceptability standard as listed below. (1) A proposal submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Company's Background Section 2: Company's Technical Qualifications (All below items must be in relation to Statement of Work) a. Company's Overall Capabilities in developing in-person and web-based training as cited within statement of work b. Past Performance: Similar work performed, including contact information of personnel who can verify. Section 3: Pricing Proposal **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. PRICING SUMMARY: YEAR ONE LINE NUMBER QUANTITY UNIT COST TOTAL 01 - Four e-Learning Modules ((Needs Assessment, Design, Development, and Implementation) ___________ EA $_______ $________ 02 - eCommunity of Practice (Needs Assessment, Design, Development, and Implementation) ___________ EA $_______ $________ 03 - In-Person Training (Needs Assessment, Design, Development, and Implementation) ___________ EA $_______ $________ 04 - Monitoring and Maintenance Costs ___________ EA $_______ $________ 05 - Travel ___________ EA $_______ $________ YEAR TWO 06 - Annual In-Person Training (Needs Assessment, Design, Development, and Implementation) ___________ EA $_______ $________ 07 - Travel ___________ EA $_______ $________ YEAR THREE 08 - Annual In-Person Training (Needs Assessment, Design, Development, and Implementation) ___________ EA $_______ $________ 09 - Travel ___________ EA $_______ $________ YEAR FOUR 10 - Annual In-Person Training (Needs Assessment, Design, Development, and Implementation) ___________ EA $_______ $________ 11 - Travel ___________ EA $_______ $________ YEAR FIVE 12 - In-Person Training (Needs Assessment, Design, Development, and Implementation) ___________ EA $_______ $________ 13 - Travel ___________ EA $_______ $________ Grand Total: $________ ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFP number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: kwright@cns.gov Khaleelah Wright, Contract Specialist and ljdawson@cns.gov Leroy Dawson, Contracting Officer **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Friday, August 27, 2010 12:00pm Eastern Time.** QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the following email addresses: Khaleelah Wright, Contract Specialist at kwright@cns.gov and Leroy Dawson, Contracting Officer at ljdawson@cns.gov Please send all questions via email no later than Monday, August 23, 2010. Questions will not be taken or answered over the phone or by fax. Please include the Solicitation Number in the subject line. Once questions are compiled they will be answered by an issued amendment to the solicitation. (2) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Here are the following page restrictions by sections: Section 1- Company's Background shall not exceed five (5) pages Section 2- Company's Technical Qualifications shall not exceed ten (10) pages Section 3- Pricing Proposal shall not exceed five (5) pages Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Charts, and Graphs, glossary of terms, exhibits, drawings, pictures, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, and ACH Form and submit with offer. **Offerors that submit quotation without the quotation cover page, ORCA/FAR 52.212-3, ACH Form will be deemed non-responsive and will not receive consideration for award. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.232-34 Payments by Electronic Funds Transfer-Other than Central Contractor Registration; and FAR 31.205-46 Travel Costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ10T0035/listing.html)
 
Record
SN02246325-W 20100820/100819000516-96a69bb0af4f26a4317336cecf227bca (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.