Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOLICITATION NOTICE

U -- CHAINSAW TRAINING - STATEMENT OF WORK - SECTION 2 PRICING QUOTATION - COVER PAGE

Notice Date
4/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
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
CNSHQ12T0014
 
Archive Date
5/5/2012
 
Point of Contact
Smith, Phone: 202-60-3232, Leroy Dawson, Phone: 202/606-7551
 
E-Mail Address
TSmith.guest@cns.gov, ljdawson@cns.gov
(TSmith.guest@cns.gov, ljdawson@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
COVER PAGE SECTION 2 PRICING QUOTATION STATEMENT WORK This is a combined synopsis/request issued under solicitation number CNSHQ12T0014 for proposals for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) PART 12 and with the format in Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The government anticipates award of a Five-Year Blanket Purchase Agreement (BPA) as follows: The BPA shall expire after five years; The BPA will include one base year and four (4) one-year option years. The Government may extend the terms of the BPA in accordance with FAR 52.217-9, beyond each year (current period of performance by the exercise of the next option). This will be accomplished by written notice to the Contractor no later than the commencement date of the option period of performance provided the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the agreement expires. The preliminary notice does not commit the Government to the extension of the BPA. Solicitation CNSHQ12T0014 will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 2005-57 dated 3/15/2012. The North American Industrial Classification System (NAICS) code is 611710, Educational Support Services. The Corporation for National and Community Service (CNCS) has a requirement for Chainsaw Safety and Operations Training at the AmeriCorps NCCC Southwest Region's Campus in Denver, CO for up to 220 Corps Members / Team Leaders per year. CNCS anticipates award of a BPA as a result of this Request for Quote (RFQ). The Government reserves the right to make multiple awards. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION: Quotation submittal and all other required documents must be submitted in accordance with this RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and it shall not receive consideration for award. Please provide a complete price quote and attach a copy of your CAGE Code, DUNS Number, Tax Identification Number, discount terms, and expiration date to your quote. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1:Company's Technical Qualifications/Acceptability (All below items must be in relation to the attached Statement of Work) a. Company's overall technical capabilities b. Company's ability to meet all Vendor Proposal Requirements c. Company's ability to provide all training services requested. The above criteria will be utilized to determine the Company's technical qualification/acceptability. Section 2: Pricing Quotation: SEE ATTACHED PRICING QUOTATION DOCUMENT Section 3: **Offers that are received without addressing the Section information as prescribed herein will be deemed non-responsive and will not receive consideration for award. ** The Contractor shall invoice monthly (in arrears) per call order unless otherwise directed in the specific call order. The requirements of a proper invoice must contain the following information: • Name of Contractor • BPA and BPA Call number • Date of order • Period Covered by Billing/Invoice • Contact name and phone number • Services provided, including category SUPPLIES OR SERVICES TO BE PROVIDED This is Blanket Purchase Agreement will be awarded as set forth in the Statement of Work included herein. This award shall be made via the Lowest Price Technically Acceptable (LPTA). BPA Single Call Limit: $15,000 BPA Ceiling: $200,000 PERIOD OF PERFORMANCE The period of performance for this Blanket Purchase Agreement is five (5) years. The duration will commence at contract award continuing for five years. Pricing shall remain in effect for the duration of the BPA. QUESTIONS PERTAINING TO SOLICITATION (1) Questions shall be addressed to the Contract Specialist only, at the following email address: Tucker Smith - tsmith.guest@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Include in the subject line "Chainsaw Safety and Operations Training" and "Solicitation # CNSHQ12T0014". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. (2) The question period is today, ending Friday April 9th 2012 at 3:00PM Eastern Time. Questions submitted after this date and time will not be answered. OFFERS MUST BE SUBMITTED ELECTRONICALLY or Via U.S. Postal Service and or, Over Night Carrier (Address: 1201 New York Ave, Room 8410, Washington DC 20525 or Fax (202-606-3488). Place the Solicitation number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: Tsmith.guest@cns.gov - Tucker Smith, Contract Specialist / with Cc to: 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 Tuesday April 20th 2012 at 3:00pm Eastern Time. ** PAGE RESTRICTIONS Here are the following page restrictions by sections: N/A 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: The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far.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 may render an offeror ineligible for award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The BPA will be prepared IAW FAR Part 13.303-3. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 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; FAR 52.232-34 Payments by Electronic Funds Transfer-Other than Central Contractor Registration 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.219-27, Notification of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.252-2, Clauses Incorporated By Reference; 52.232-36, Payment By Third Party; and 52.222.41, Service Contract Act. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://www.acquisitions.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ12T0014/listing.html)
 
Place of Performance
Address: AmerCorps NCCC Southwest Region, 3001 S. Federal Blvd., Denver, Colorado, 80236, United States
Zip Code: 80236
 
Record
SN02711429-W 20120404/120402234839-a5bbcab5263a0af8f8eabc618bfbe553 (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.