Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
DOCUMENT

U -- Carey Performance Excellence Awards Training/Support - Attachment

Notice Date
6/1/2012
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;Acquisition Service DC;Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10112Q0095
 
Response Due
6/8/2012
 
Archive Date
8/7/2012
 
Point of Contact
Michelle Bailey
 
E-Mail Address
6-1337<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; Request for Quotes are being requested and a written solicitation will not be issued. The RFQ number is VA10112Q0095. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This procurement is a Veteran Owned Small Business (VOSB) Set-A-Side @ 100% and all responsible VOSB concerns may submit an offer. The associated North American Industry Classification System (NAICS) code for this procurement is 611430 with a small business size standard of $7Million. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the lowest priced technically acceptable offer. Quotations must be received no later than 10:00 AM EST June 8, 2012. Quotations must be in writing and may be emailed to michelle.bailey@va.gov and Phyllis.jackson@va.gov. Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Registration is free and can be completed on-line at http://www.ccr.gov. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.acquisition.gov/far/ and Veterans Affairs Acquisition Regulation (VAAR) www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1) company mailing and remittance addresses, 2) cage code, 3) Dun & Bradstreet number, 4) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Point of Contacts: Michelle Bailey, Contract Specialist, 810 Vermont Ave, Washington DC 20420. Via e-mail: michelle.bailey@va.gov or Phyllis Jackson, Contracting Officer, Via e-mail: Phyllis.jackson@va.gov. All quotes shall be submitted electronically via e-mail. Accepted attachments are Microsoft Word (.doc &.docx), Microsoft Excel (.xls &.xlsx), Adobe (.pdf). Note that the total size of all attachments per e-mail should not exceed 6MB to prevent possibility of loss of information. Multiple e-mails are acceptable. This is a non-personnel services contract to provide training on the utilization of the Baldrige Criteria for Performance Excellence. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. The contractor shall provide all personnel, equipment, supplies, materials, supervision, and other items and non-personal services necessary to perform training for the Baldrige Criteria for Performance Excellence. The attached Performance Work Statement (PWS) provides the full performance requirement of this RFQ to include the CLIN structure. Base Year: Line item 0001 Carey Applicant Examiner Training two (2) sessions for 35-45 students per session 1 job, line item 0002 Carey Exam/Consensus Weeks Support (2) sessions for 35-45 students per session 1 job, line item 0003 Carey Exam Team Scorebooks and Feedback Reports (8-10) 1 job, line item 0004 Travel in accordance with the FTR (NTE $10,000), line item 0005 On Demand Training (10-40) students estimated qty of (20) classes, line item 0006 On Demand Consulting/Facilitation, estimated 2,000 hours. Period of performance would be from the date of award through 12 months. Option Year One: Line item 1001 Carey Applicant Examiner Training two (2) sessions for 35-45 students per session 1 job, line item 1002 Carey Exam/Consensus Weeks Support (2) sessions for 35-45 students per session 1 job, line item 1003 Carey Exam Team Scorebooks and Feedback Reports (8-10) 1 job, line item 1004 Travel in accordance with the FTR (NTE $10,000), line item 1005 On Demand Training (10-40) students estimated qty of (20) classes, line item 1006 On Demand Consulting/Facilitation, estimated 2,000 hours. Option Year Two: Line item 2001 Carey Applicant Examiner Training two (2) sessions for 35-45 students per session 1 job, line item 2002 Carey Exam/Consensus Weeks Support (2) sessions for 35-45 students per session 1 job, line item 2003 Carey Exam Team Scorebooks and Feedback Reports (8-10) 1 job, line item 2004 Travel in accordance with the FTR (NTE $10,000), line item 2005 On Demand Training (10-40) students estimated qty of (20) classes, line item 2006 on Demand Consulting/Facilitation, estimated 2,000 hours. Option Year Three: Line item 3001 Carey Applicant Examiner Training two (2) sessions for 35-45 students per session 1 job, line item 3002 Carey Exam/Consensus Weeks Support (2) sessions for 35-45 students per session 1 job, line item 3003 Carey Exam Team Scorebooks and Feedback Reports (8-10) 1 job, line item 3004 Travel in accordance with the FTR (NTE $10,000), line item 3005 On Demand Training (10-40) students estimated qty of (20) classes, line item 3006 On Demand Consulting/Facilitation, estimated 2,000 hours. Option Year Four: Line item 4001 Carey Applicant Examiner Training two (2) sessions for 35-45 students per session 1 job, line item 4002 Carey Exam/Consensus Weeks Support (2) sessions for 35-45 students per session 1 job, line item 4003 Carey Exam Team Scorebooks and Feedback Reports (8-10) 1 job, line item 4004 Travel in accordance with the FTR (NTE $10,000), line item 4005 On demand training (10-40) students estimated qty of (20) classes, line item 4006 on demand consulting/facilitation, estimated 2,000 hours. Additional information on services required is delineated in the attached PWS. The Provision 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012) applies to this acquisition. The following additional clauses are included: the provision at 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.204-7 Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012); 52.209-5 Certification Regarding Responsibility Matters (APR 2010); 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.209-7 Information Regarding Responsibility Matters (Feb 2012); 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2012; 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2012) applies to this acquisition. However, specific invoicing procedures will be provided to the successful offeror at the time of the award; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (MAY 2012); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); 52.219-8 Utilization of Small Business Concerns (JAN 2011); 52.219-14 Limitation on Subcontracting (NOV 2011); 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012); 52.222-3 Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (SEP 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports Veterans (SEP 2010); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-54 Employment Eligibility Verification (Jan 2009); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ”Representation and Certification (Nov 2011); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); 852.203-70 Commercial Advertising (JAN 2008); 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (DEC 2009); 852.211-72 Technical Industry Standards (JAN 2008); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71 Alternate Protest Procedure (JAN 1998); 852.252-70 Solicitation Provision or Clauses Incorporated by Reference (JAN 2008); 852.270-1 Representatives of Contracting Officers (JAN 2008); 852.273-74 Award Without Exchanges (JAN 2003). 52.212-2 Evaluation -- Commercial Items (JAN 1999), applies to this acquisition (see attachment VA1012Q0095). In order to be considered for award, the interests offeror must be considered technically acceptable and have the lowest overall price. 52.216-1 Type of Contract (APR 1984). The Government contemplates award of a hybrid Firm Fixed Price/Indefinite Delivery Indefinite Quantity contract resulting from this solicitation. All questions on this solicitation shall be submitted through email to michelle.bailey@va.gov and Phyllis Jackson@va.gov by June 5, 2012 at 10:00 AM EST. Questions received after this time will not be responded to. QUOTES DUE DATE: All quotes shall be submitted no later than 10:00 AM EST, June 8, 2012. All quotes shall be submitted electronically via e-mail. Accepted attachments are Microsoft Word, Microsoft Excel, MS PowerPoint and Adobe (.pdf). Note that the total size of all attachments per e-mail should not exceed 6MB to prevent possibility of loss of information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10112Q0095/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-Q-0095 VA101-12-Q-0095_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353734&FileName=VA101-12-Q-0095-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353734&FileName=VA101-12-Q-0095-000.doc

 
File Name: VA101-12-Q-0095 ATTACHEMENT A SCHEDULE OF SUPPLIES AND SERVICES_04.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353735&FileName=VA101-12-Q-0095-001.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353735&FileName=VA101-12-Q-0095-001.DOC

 
File Name: VA101-12-Q-0095 ATTACHMENT B PWS FINAL_04.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353736&FileName=VA101-12-Q-0095-002.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353736&FileName=VA101-12-Q-0095-002.DOCX

 
File Name: VA101-12-Q-0095 ATTACHEMENT C EVALUATION AND AWARD_02.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353737&FileName=VA101-12-Q-0095-003.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353737&FileName=VA101-12-Q-0095-003.DOC

 
File Name: VA101-12-Q-0095 ATTACHMENT D FULL TEXT CLAUSES.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353738&FileName=VA101-12-Q-0095-004.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=353738&FileName=VA101-12-Q-0095-004.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02763512-W 20120603/120601235111-974c8a6ffadf67689c1b5d75ad579745 (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.