Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2013 FBO #4232
DOCUMENT

U -- Carey Web Based Training - Attachment

Notice Date
6/24/2013
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Veterans Affairs;Acquisition Business Services (ABS);Office of Acquisition Operations (003B5);425 I Street NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10113Q0163
 
Response Due
7/5/2013
 
Archive Date
9/3/2013
 
Point of Contact
Phyllis Jackson, Michelle Bailey
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quote (RFQ), number VA101-13-Q-0163. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This procurement is a Small Business (SB) Set-A-Side 100% and all responsible SB 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 $10 Million. 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 (LPTA). This is a non-personal services contract to provide web based training on the utilization of the Baldrige Criteria for Performance Excellence. The contractor shall provide all personnel, equipment/information technology, supplies, materials, supervision, and other items and non-personal services necessary to provide training for the Baldrige Criteria for Performance Excellence. The attached Performance Work Statement (PWS), Attachment B, provides the full performance requirement of this RFQ. The contract line item numbers (CLINs) are as follows: Base Year: CLIN 0001 Carey Applicant Examiner Web Based Training Date of Award through June 13, 2014. Period of performance is from the date of award through 11 months. Option Year One: CLIN 1001 Carey Applicant Examiner Web Based Training 12 months, June 14, 2014 through June 13, 2015. Option Year Two: CLIN 2001 Carey Applicant Examiner Web Based Training 12 months, June 14, 2015 through June 13, 2016. Option Year Three: CLIN 3001 Carey Applicant Examiner Web Based Training 12 months, June 14, 2016 through June 13, 2017. The place of performance is the contractor's website. The Provision 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012) applies to this acquisition. The following additional clauses are included: the provision 52.204-7 Central Contractor Registration (DEC 2012); 52.209-5 Certification Regarding Responsibility Matters (APR 2010); 52.209-7 Information Regarding Responsibility Matters (FEB 2012. The Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. All offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2012) applies to this acquisition. In addition, the clauses at 852.270-1 Representatives Of Contracting Officers (JAN 2008) and 852.273-76 Electronic Invoice Submission (Interim - OCT 2008) are provided as an addendum. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (FEB 2012) applies to this acquisition. A copy of the full text is included as Attachment D. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. This combined synopsis/solicitation includes Attachment A, Attachment B, Attachment C, and Attachment D. All questions on this solicitation shall be submitted via email to michelle.bailey@va.gov and phyllis.jackson@va.gov by June 26, 2013 at 10:00 AM EST. Questions received after this time will not be responded to. DUE DATE FOR QUOTES: All quotes shall be submitted no later than 10:00 AM EST, July 5, 2013. 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. Multiple e-mails are acceptable. Quotes must be submitted electronically via email to michelle.bailey@va.gov and phyllis.jackson@va.gov (202) 632-5410. 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.sam.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) are found at 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. 852.233-70 Protest content/alternative dispute resolution (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 852.233-71 Alternate protest procedure (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10113Q0163/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-Q-0163 VA101-13-Q-0163_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829833&FileName=VA101-13-Q-0163-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829833&FileName=VA101-13-Q-0163-000.docx

 
File Name: VA101-13-Q-0163 ATTACHMENT A SCHEDULE OF SUPPLIES AND SERVICES 061813.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829834&FileName=VA101-13-Q-0163-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829834&FileName=VA101-13-Q-0163-001.doc

 
File Name: VA101-13-Q-0163 ATTACHMENT B PWS 061813.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829835&FileName=VA101-13-Q-0163-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829835&FileName=VA101-13-Q-0163-002.docx

 
File Name: VA101-13-Q-0163 Attachment C EVALUATION AND AWARD 061813.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829836&FileName=VA101-13-Q-0163-003.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829836&FileName=VA101-13-Q-0163-003.doc

 
File Name: VA101-13-Q-0163 Attachment D Full Text Clauses 061413.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829837&FileName=VA101-13-Q-0163-004.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829837&FileName=VA101-13-Q-0163-004.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Contractor's Website
Zip Code: 20001
 
Record
SN03098064-W 20130626/130624234752-73d0c35b93e1822021e651bb43f16942 (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.