SOLICITATION NOTICE
U -- Lubrication of Mechanical Equipment
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-12-T-0219
- Response Due
- 8/14/2012
- Archive Date
- 10/13/2012
- Point of Contact
- Thomas Cohick, 256-895-1152
- E-Mail Address
-
USACE HNC, Huntsville
(thomas.cohick@usace.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. USACE LEARNING CENTER REQUIREMENT This solicitation/ synopsis is for the acquisition of services in support of Learning Center (ULC) to assist in developing a professional development and technical training of a "Lubrication of Mechanical Equipment Course". The Government will not reimburse respondents for any costs incurred in preparation of response to this announcement. It is the Government's intent to consider awarding this acquisition under the authority of the Small Business Program (see FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for further small business preference programs. If required, the responding firm should indicate its ability to meet the requirement of FAR 52.219-14(b)(1). If a single firm lacks the necessary capacity or capability to perform the contract on its own, a joint venture arrangement in accordance with the Code of Federal Regulations (CFR) references listed below is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the Small Business 8(a) Program teaming arrangement/joint ventures are described in the Code of Federal Regulations at 13 CFR 124.513. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403(c) and 13 CFR 125.15(b). You may obtain these regulations at the following websites: (1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html and (2) Federal Acquisition Regulation - https://www.acquisition.gov/far/. The U.S. Army Engineering and Support Center (CEHNC) in Huntsville, AL Learning Center intends to solicit and award a single award contract for a Lubrication of Mechanical Equipment Course. Topics in this course will include (a) friction, wear and lubrication fundamentals; (b) lubricant formulation; (c) turbine oil additives and their function; (d) essential characteristics of turbine oils; (e) turbine oil sampling, testing, and interpretation of test data; (f) an introduction to proactive maintenance practices based on tracking and trending of test data; (g) compatibility of turbine oils; (h) oil purification; (i) oil filtration and contamination control; (i) lubricating greases - classification, formulation and application; (j ) compatibility of greases; (k) hydraulic fluids; (l) compressor oils; (m) gear oils; and (n) environmentally acceptable lubricants. One copy of student course manuals and other instruction materials are to be provided by the instructor. The instructor should, at a minimum, have a bachelor's degree from an accredited institution in biotechnical engineering, or a relevant subject area and shall poses a professional engineer certification. The proposed instructor must have teaching experience in courses relating to biotechnical engineering, or relevant subject areas. The course will be approximately three and a half days long (30 hours) with approximately eight hours of instruction per day. The course will be taught in Government furnished spaces. The contractor will be reimbursed for travel and per diem in accordance with the Joint Travel Regulation (JTR). Period of performance will be a one (1) year base period and two (2) one-year option periods for a total of three (3) years possible. Prior Government contract experience is not required for submitting a proposal under the planned solicitation. All performance must comply with all Federal, State and local laws, ordinances, codes and regulations. All responsible sources interested in this acquisition are encouraged to register with the Federal Business Opportunities (FedBizOps) website as an interested vendor. Companies are also encouraged to register on the FedBizOps website to receive notification with regard to any updates posted to the FedBizOps website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this synopsis/ solicitation. All such responses will be considered by the agency. Responses to this synopsis/ solicitation shall be submitted as follows. Anything not in compliance will not be reviewed. a. One Microsoft Word document or PDF shall be E-mailed to the following address: thomas.cohick@usace.army.mil Reference: USACE Lubrication of Mechanical Equipment. The document shall not exceed 15 pages total and not exceed 5MB in size. The document shall provide responses to the following questions: 1. Vendor's name, address, point of contact, phone number, E-mail address, CAGE code, business size, 8(a) status, HUBZone status, and Service-Disabled Veteran Owned (SDVO) status if applicable. 2. Would you be proposing this project as a single contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or as a joint venture? If proposing as a joint venture, confirm if this will be an SBA 8(a), HUBZone, or SDVO joint venture. Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR 9.6 for Government policy on teaming arrangements. 3. Explain your (or teams/joint ventures) capability of performing work in the required geographic locations. 4. Explain your (or teams/joint ventures) capability to produce course manuals and other instruction data to include lesson plans, pre and post tests, learning objectives, audio visual aids and student learning objectives. Past performance on similar contracts, Government or civilian, within the past three (3) years should be included. 5. Proposed price. Point of Contact Thomas J. Cohick, (256) 895-1152 E-mail Address: thomas.cohick@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-T-0219/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02820004-W 20120801/120730235737-8363a1796b80ab2ec8f2c8015e904781 (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 |