SOLICITATION NOTICE
L -- Retirement Seminar
- Notice Date
- 8/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0110
- Response Due
- 8/17/2012
- Archive Date
- 9/1/2012
- Point of Contact
- Sgt Drew Rontti 7607254205
- Small Business Set-Aside
- Total Small Business
- Description
- THIS COMBINED SYNOPSIS/ SOLICITATION IS SET ASIDE FOR SMALL BUSINESSES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-12-T-0110 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20120724. The North American Classification System Codes are 611430, the small business size standards are is $6.5M.. This acquisition is set aside 100% for SMALL BUSINESSES. Any quotations received from concerns other than small businesses will not be considered for award. BACKGROUND 1st Marine Expeditionary Force (I MEF), Camp Pendleton, California, has a requirement for six (6) Retirement Seminars to be conducted on a yearly basis. REQUIREMENT: Clin 0001 Retirement Seminar (see attached Statement of Work) Qty: 6 Unit: Each Clin 1001 Retirement Seminar (see attached Statement of Work) Qty: 6 Unit: Each 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A.Technical Subfactor 1: Personnel Qualifications B.Past Performance C.Price FACTOR A “ TECHNICAL: The overall technical merits of the proposal based upon the following: -Ability to meet the required schedule in section V of the Statement of Work. Offerors must submit a sample outline for a week of training -Ability to meet the Period of Performance schedule including the option period in accordance with section VI of the Statement of Work. -Ability to prepare the required items in accordance with section IV of the Statement of work. Offerors shall submit a sample of requested items. Subfactor 1: Personnel Qualifications - Offerors shall submit summary resumes (not to exceed 1 page) that show skill, education, and experience of the instructor and alternate instructor. Instructors must meet the requirements contained in section III of the statement of work: FACTOR B “ PAST PERFORMANCE Offeror ™s should submit relevant past performance on contracts similar to the work required in the SOW. Potential sources of past performance data include Government sources such as PPIRS, contracting officer, customer, etc. No information that is over five (5) years old will be considered. Offeror ™s past performance will be evaluated to determine performance risk and the degree of confidence for successful performance based on the offeror ™s demonstrated record of performance on contracts with a similar complexity, scope, and magnitude. FACTOR C “ PRICE Price proposals shall be evaluated for completeness and reasonableness. Options. The Government will evaluate offers for award purposes by adding the total price for 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). The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors śCommercial Items ť; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items incorporating: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representations; 52.222-3, Convict Labor; 52.222-19, Child Labor śCooperation with Authorities and Remedies; 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; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.219-1, Small Business Program Representations; 52.219-28, Post Award Small Business Program Re-representations; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.217-8 option to extend services 52.217-9 option to extend the term of the contract 52.222-41 service contract act 52.222-42 statement of equivalent rates for federal hires The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests). 252.232-7010, Levies on Contract Payments. 252.243-7001, Pricing of Contract Modifications. 252.203-7002, Requirement to Inform employees of Whistle Blower Rights. 252.232-7006 Wide Area Work Flow Proposals which take exception to the solicitation requirements, contract clauses, or terms and conditions cannot be accepted by the Government and may be rejected. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications śCommercial Items with their quote. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. A quotation for this request shall be submitted via email to drew.rontti@usmc.mil; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before August 17th, 2012, at 2:00 p.m. Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0110/listing.html)
- Record
- SN02838903-W 20120816/120815000718-e065ccea91f10af0c6b7db4b9c196dca (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 |