SOLICITATION NOTICE
99 -- Green Belt and Black Belt Six Sigma Training and Certification for the West Virginia National Guard
- Notice Date
- 7/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-8818
- ZIP Code
- 26201-8818
- Solicitation Number
- W912L8-11-T-0023
- Response Due
- 8/9/2011
- Archive Date
- 10/8/2011
- Point of Contact
- TERRY MILLS, use email
- E-Mail Address
-
USPFO for West Virginia
(terry.mills@wv.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. This solicitation is issued as a request for quotation (RFQ) 2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-53. 3. This solicitation is a set-aside for small business. The associated North American Industry Classification System (NAICS) code is 611430, and the Small Business size standard is $7,000,000. 4. The Contract Line Item Numbers (CLINs), Items, Quantities and Units of Measure are: See Attachments (Schedule of CLINS and Statement of Work). The anticipated date for contract award is August 19, 2011. 5. Description of requirements for the items to be acquired: Green Belt and Black Belt Six Sigma Training and Certification for the West Virginia National Guard. The intent is to award a base annual contract period with four optional annual option periods. The expectation is to conduct 5 Green Belt and 5 Black Belt Training and Certification sessions per annual option period. However, the West Virginia National Guard will only guarantee one training session per exercised option period. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. Delivery Orders against the basic contract will be placed based on the West Virginia National Guard's needs. 6. The primary places of performance will be Charleston, Buckhannon and/or Camp Dawson (Kingwood), West Virginia. The anticipated start of the first training session is September 2011. 7. The provision at 52.217-5 Evaluation of Options, applies to this acquisition. 8. The provision at 52.217-6 Option for Increased Quantity, applies to this acquisition. 9. The provision at 52.217-8 Option to Extend Services, applies to this acquisition. 10. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 11. The provision at 52.217-9 Option to Extend the Term of the Contract, applies to this acquisition. 12. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. Technical Capability and Past Performance, when combined, are approximately equal to price. Provide a summary of past performance and philosophy on accomplishing the training and awarding the certifications. The Government will evaluate relevant past performance of each Offeror. The Offeror shall identify two (2) contracts/task orders that demonstrate recent and relevant past performance. Recent is defined as within the last three (3) years. Relevant is defined as work similar in complexity and magnitude to the work identified in the SOW. Do not exceed 8 typed pages (12 point font). Offerors shall submit resumes for their proposed instructors. Do not exceed 2 pages on each resume. Proposals will be evaluated based on their adherence to the requirements set forth in the Statement of Work. NOTE: The Government will consider the option at 52.217-8 to have been evaluated through the evaluation of rates proposed for all contract periods. Offerors should assume that if the Government exercises clause 52.217-8 to extend performance, that the option will be priced at the rates in effect when the option is exercised. See note after price schedule for Price proposal evolution calculation. 13. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete/update the ORCA via http://orca.bpn.gov prior to the contract award date. 14. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 15. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. 16. Contractor will invoice using WAWF. 17. Offers are due by email to terry.mills@wv.ngb.army.mil with courtesy copy to john.knabenshue@wv.ngb.army.mil by August 9, 2011, 11:59 P.M. Eastern Standard Time. 18. Point of contacts: See number 17 above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA46/W912L8-11-T-0023/listing.html)
- Place of Performance
- Address: USPFO For West Virginia 50 Armory Road Buckhannon WV
- Zip Code: 26201
- Zip Code: 26201
- Record
- SN02515674-W 20110731/110729235245-7e03d7bcfe747d12122674eabdccda28 (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 |