Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2012 FBO #3791
SOLICITATION NOTICE

U -- Training Presentations in accordance with the Performance Work Statement

Notice Date
4/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
AJ100020600001
 
Response Due
4/23/2012
 
Archive Date
6/22/2012
 
Point of Contact
michelle fike, 7172675325
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(michelle.l.fike@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The purchase request number for this procurement is AJ100020590001 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract. The award will be made based on the lowest price and the ability to meet the attached Performance Work Statement. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-52. The North American Industry Classification System (NAICS) code is 541611. The Small Business Size Standard for this code is $7 million employees. All responsible contractors shall provide an offer for the following and must meet the requirements to be considered in the attached Performance Work Statement. The Government reserves the right to determine technical acceptability. LINE ITEM 0001: The contractor shall provide one (1) 60 minute training presentation focused on stress management and one (1) 60 minute training presentation focused on customer service (which may consist of topics such as teamwork, conflict resolution, or government and politics). in accordance with the attached Performance Work Statement. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price, Technically Acceptable. The Government intends to evaluate and award a contract without discussion with offerors. (b)Options. The Government will evaluate offers for award purposes by adding the total price of all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to Exercise the option(s). (c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDENDUM TO FAR 52.212-2 All bidders must provide a written statement on how they will meet the requirements in Section 3 of the Performance Work Statement. Failure to supply this documentation may exclude your company from the procurement. The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offeror-Commercial Items. In accordance with FAR 52.212-2, the award decision will be based on the lowest priced technically acceptable offer. Offerors must complete FAR 52.212-3, ALT I Offerors Representations and Certifications Commercial Items or do so online at http://orca.bpn.gov. FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) apply to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 Central Contractor Registration (APR 2008); FAR 52.212-3, Alt 1 Offerors Representations and Certifications-Commercial Items (MAY 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (AUG 2011); FAR 52.219-6 Notice of Total Small Business Set-Aside(JUN 2003); FAR 52.219-28 Post-Award Small Business Program Representation (APR 2009); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contract and Compliance Reports (FEB 1999); FAR 52.222-25 Affirmative Action Compliance (APR 1984); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246);) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 52.252-2 Clauses incorporated by reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations In Clauses (Apr 1984); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alternate A Central Contractor Registration (SEP 2007); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (OCT 2011); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (DEC 2006); DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (MAY 2002); Contracting Office Address: Letterkenny Army Depot (AMCOM), ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Place of Performance: Letterkenny Army Depot (AMCOM), ATTN: CCAM-ALK 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Point(s) of Contact: Michelle L. Fike, Michelle.l.fike.civ@mail.mil Letterkenny Army Depot (CCAM-ALK) IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. 6) Offers are due by 23 April 2012, 9:00AM Eastern Standard Time. Offerors must submit any questions before 18 April 2012 to ensure they are considered. Submit offers via fax to (717) 267-9834 (Attn: Michelle Fike) or email to michelle.l.fike@us.army.mil. 7) Payment will be made through Wide Area Work Flow (WAWF). 8) Offerors who respond directly to ASFI will not be considered responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8e0d0915b66d0adaa4e19eb2240b12e)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02716999-W 20120411/120409234658-b8e0d0915b66d0adaa4e19eb2240b12e (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.