MODIFICATION
U -- FAC PPM Level I Training - Solicitation 1
- Notice Date
- 8/10/2011
- Notice Type
- Modification/Amendment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy/OIT, 2201 Sixth Avenue, MS RX24, Room 937, Seattle, Washington, 98121, United States
- ZIP Code
- 98121
- Solicitation Number
- 11-236-SOL-00060
- Archive Date
- 10/17/2011
- Point of Contact
- Michelle A. Kouis, Phone: 2066152454
- E-Mail Address
-
michelle.kouis@ihs.gov
(michelle.kouis@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW This solicitation, prepared in accordance with FAR 13 and supplemented with additional information included in this notice, is a competitive, small business set-aside for Federal Acquisition Certification (FAC) for Program and Project Manager Entry/Apprentice Level I Training services. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. QUOTE/PROPOSAL INSTRUCTIONS: DUE DATE: August 31, 2011, 4:00 p.m. PST PROPOSAL REQUIREMENTS: TECHNICAL PROPOSAL: The proposal should provide a statement of the purpose, scope, and activities of the requirement in the Offeror's own words to demonstrate a complete understanding of the intent, requirements, and difficulty of the project. Organizational Experience and Expertise - Include the following: • Demonstrated expertise in federal government sponsored Health and Human Services (HHS) training courses • Demonstrated expertise in FAC-P/PM Certification Training, for example: outstanding evaluations based on past performance • Demonstrated ability to handle customization of background materials and briefing books for trainings • Demonstrated ability and familiarity with Federal Acquisition Institute (FAI) program and project manager certification program: Federal Acquisition Certification for Program and Project Managers (FAC-P/PM) • Demonstrated familiarity with HHS Enterprise Performance Life Cycle (EPLC) or with IHS Enterprise Project Life Cycle (EPLC). • Demonstrated ability to coordinate and communicate effectively with federal and non-federal professionals • Demonstrated ability to work in a timely and cost-efficient manner Provide a complete sample of the FAC-P/PM Certification Program, Entry/Apprentice- Level I training program (with incorporated DHHS or IHS centric items such as the DHHS EPLC), along with the flash drive providing all relevant reference materials. The contractor shall include information on similar or related contract, subcontracts, or grants which the Offeror has completed. The Contractor shall include a brief discussion of present or proposed facilities and equipment to be used in completion of the project. The Offeror should request and provide three (3) references by the proposal due date. The reference documents provided should include an adequate description of the Offeror's past performance and any relevant information to aid in assessing the Offeror. The Government reserves the right to obtain past performance information from any source. COST PROPOSAL: The proposed pricing shall separately list a firm fixed price for each of the four classes noted in section 4.1. of the SOW. All offers must be received at the below addresses by the proposal due date and should be limited to 15 pages in total (includes references): One copy to: Michelle Kouis 2201 6th Ave., Rm 937, RX-24 Seattle, WA 98121 AND One copy to: Carl Gervais 5300 Homestead Rd. NE, Rm # 2122 Albuquerque, NM 87110 EVALUATION CRITERIA: Award will be made to the offeror providing the best value to the government. HHS EPLC experience is not a requirement though preference will be given to Offerors with this background that provide the best value to the government. All questions regarding this notice must be emailed to michelle.kouis@ihs.gov by August 20, 2011, 4:00 p.m. PST. Questions received after this date may not be responded to. OTHER ADMINISTRATIVE ITEMS: Central Contractor Registration (CCR) - Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov. Note - this award is contingent upon availability of funds. FAR PROVISIONS AND CLAUSES: 52.212-1 Instructions to Offerors - Commercial (June 2008) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Oct 2010) 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2010) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (July 2010) The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. NOTE: AWARD IS SUBJECT TO AVAILABILITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/71efb28fdd2e4af4d07fd75b9ae53ec8)
- Place of Performance
- Address: 5300 Homestead Road, NE, Albuquerque, New Mexico, 87110, United States
- Zip Code: 87110
- Zip Code: 87110
- Record
- SN02529355-W 20110812/110810235943-71efb28fdd2e4af4d07fd75b9ae53ec8 (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 |