Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

R -- Mission Focused Contracting Training

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-12-R-CON120
 
Archive Date
9/19/2012
 
Point of Contact
Jason J Longshore, Phone: 7209633354
 
E-Mail Address
jason.longshore@dot.gov
(jason.longshore@dot.gov)
 
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. Solicitation DTFH68-12-R-CON120 is issued as a Request for Proposals (RFP) with the evaluation and award prescribed in FAR Part 13 "Simplified Acquisition Procedures." The solicitation document and incorporated provisions are those that are in effect through Federal Acquisition Circular 05-38. The associated North American Industry Classification System (NAICS) code is 541611. This is an all or none procurement. Partial bids will not be accepted. Central Federal Lands Highway Division (CFLHD) has a requirement for cost-effective training solutions to ensure that members of the acquisition workforce receive the mandatory training and continuous learning in OFPP Policy 05-01 and Treasury AB No. 07-05. The contractor shall provide an instructor-led Defense Acquisition University (DAU)-equivalent, classroom-based mandatory contracting training in accordance with the Federal Acquisition Certification in Contracting (FAC-C) level 1, as follows: Level 1: CON 120 Mission-Focused Contracting designed for on-site presentation at Central Federal Lands Highway Division (CFLHD) at 12300 W. Dakota Ave, Lakewood, CO 80228 per the following dates: Week 1 - January 14, 2013 through January 18, 2013. Week 2 - January 28, 2013 through February 1, 2013. CFLHD is specifically seeking a one-week break to the typical two-week course to allow for staff attendance flexibility and scheduling. DAU Equivalencies must be documented on the DAU Equivalency Program Page: http://icatalog.dau.mil/appg.aspx Training Courses will take place Monday - Friday from 8:00am - 4:00pm Each class shall accommodate up to 20 students. Vendor shall provide a rate for each additional student above 20. Period of Performance for this order will be September 30, 2012 - February 1, 2013. Period of Performance will include time for the contractor to submit draft course materials for review by CFLHD staff, as well as delivery of the course as listed above. CFLHD will supply a training room, to comfortably accommodate participants in table groups to include: a head table, podium, and chair for the instructor; a black/white board, chalk (or markers), and erasers; a flipchart easel, pad, and markers; and an overhead projector and screen, CFLHD will provide advanced copies of tentative rosters two (2) weeks before the scheduled class and provide a final roster on the first day of class. The instructor shall ensure that the roster is signed and initialed daily by each student in attendance. Copies of the completed roster shall be submitted with the invoice. The Contractor shall provide all course materials necessary to conduct the class including name, writing utensils (e.g., pens, pencils, highlighters, etc.). All course materials shall be shipped to the place of performance and addressed to a CFLHD representative no later than 15 business days before the start of class unless the instructor(s) bring(s) all materials the morning of the first day of class. The contractor shall be responsible for removing, packing and shipping any extra course materials. The Contractor shall accommodate visually impaired individuals by providing all course materials (training manuals, handouts, quizzes, exams, etc.) in accessible formats. CFLHD will provide advanced notification of these special needs. The Contractor will provide resumes for all instructors to be reviewed and approved by the CFLHD Contracting Officer no later than 30 days prior to the start date of the course. The Contractor, where applicable, will provide all pre-course work assignments to participants no later than 30 days prior to the start date of the course. The Contractor will provide Certificates of Course Completion to each participant on the last day of class; certificates not distributed on the last day (due to late enrollment, etc.) shall be mailed directly to the participant no later than 30 days after the last day of the class. At a minimum, all certificates of course completion shall contain the exact title of the DAU course equivalency, the name of the vendor issuing the equivalency, the course dates and the number of continuous learning points (CLPs)/hours of training credit issued. And all copies of completed roster/attendance sheets and course evaluations will be left with a member of the CFLHD staff on the last day of class, at the end of the class. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items apply to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR Clauses 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the internet at http://www.arnet.gov or by contacting the contract specialist. The Government intends to award a firm fixed price order. Award is anticipated under Simplified Acquisition procedures and will be based on best value to the Government, taking price and past performance on similar jobs into consideration. All responsible sources who can provide the above requirement shall submit a quote via email no later than 14 calendar days from the posted date of this announcement on September 4, 2012. All proposals shall include a schedule by Task and shall include the planned start and completion dates. All proposals must include price per item, GSA Schedule number, if applicable, 3 references from work similar to this requirement performed by your company (Organization you have done the work for, dates, and contact information), payment terms, delivery time, a contact person (name & phone number), business size, and DUN's number. Requests for on-site visits and quotes shall be emailed to Jason.longshore@dot.gov. All contractors are required to be registered in the DOD Central Contractor Registration (CCR) now System for Award Management (SAM) database prior to receipt of award. All questions shall be referred to Jason Longshore at Jason.longshore@dot.gov. Contracting Office Address: 12300 W. Dakota Ave Suite 360 Lakewood, CO 80228 Place of Performance: 12300 W. Dakota Ave Suite 360 Lakewood, CO 80228 Primary Point of Contact: Jason Longshore Contracting Officer Jason.longshore@dot.govl Phone: 720-963-3354 Fax: 720-963-3360
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-CON120/listing.html)
 
Place of Performance
Address: 12300 W Dakota Ave, Lakewood, Colorado, 80228, United States
Zip Code: 80228
 
Record
SN02846262-W 20120822/120820235115-b05d530c140e507cc1c6524442a9745b (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.