Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2011 FBO #3532
SPECIAL NOTICE

U -- ANCC Magnet Course

Notice Date
7/25/2011
 
Notice Type
Special Notice
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
11TC0628
 
Archive Date
8/12/2011
 
Point of Contact
Christopher M. Long, Phone: 2106719395
 
E-Mail Address
christopher.long.30@us.af.mil
(christopher.long.30@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD 11TC0628 The 802d Contracting Squadron intends to issue a sole source firm fixed price purchase order to American Nurses Credentialing Center, Inc 8515 Georgia Avenue STE 400, Silver Spring, MD 20910-3492 for a 2 day (ANCC) Magnet Course. DESCRIPTION REQUIREMENT: American Nurses Credentialing Center (ANCC) is the proprietary developer of the Magnet Recognition Program® and they will be responsible for: A. Conduct a two day Magnet® Training course of a maximum of 50 attendees per day from Aug 24 to Aug 25 2011. i. Developing workshop educational content ii. Providing workshop speaker(s)/Facilitator(s) iii. Developing and submitting continuing education packet for continuing nurse education contact hour approval. iv. Awarding continuing nurse education contact hours via an approved provider by the (ANCC) v. Analyzing completed workshop evaluation forms. vi. Maintaining a record of workshop attendees for future reference. vii. Facilitate hotel and travel arrangements for the ANCC workshop speaker(s) This purchase will be made under simplified acquisition procedures and Other than Full and Open Competition as authorized by FAR 13.106-1(b). This notice is neither a request for competitive proposals nor a solicitation of offers. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. However, all proposals received within 3 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS Change Notice 20110629, North American Industry Classification System Code 813920 and Size Standard of $7,000,000.00 apply to this procurement. The following FAR clauses and provisions apply to this requirement: Incorporated by reference - 52.212-4 Contract Terms and Conditions--Commercial Items, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement Of Equivalent Rates For Federal Hires, 52.222.26 Equal Opportunity, 52.222-36 Affirmative Action For Workers With Disabilities, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.233-3 Protest After Award, 52.247-34 F.O.B. Destination, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.225-7001 Buy American Act And Balance Of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Incorporated by full text - 52.212-5 (Dev) contract terms and conditions required to implement statutes or executive orders--commercial items, 52.252-2 clauses incorporated by reference, 52.252-6 authorized deviations in clauses, 252.212-7001 (dev) contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, 5352.201-9101 Ombudsman, Wage Determination - WD 05-2521 (Rev.-12) is applicable. The Government intends to evaluate and award without discussions on this procurement. The intent of this procurement is to award based on Sole Source requirement. Quotes are not being requested and written solicitation will not be used.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC0628/listing.html)
 
Place of Performance
Address: DEPARTMENT OF THE AIR FORCE, 802 CONS/LGCC-B, 1655 Selfridge Ave, Lackland AFB, San Antonio, Texas, 78236-5286, United States
Zip Code: 78236-5286
 
Record
SN02509309-W 20110727/110725234745-8f13dc2c907e706264dec52b0ca4a82b (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.