Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2014 FBO #4487
SOLICITATION NOTICE

U -- Lead Renovation, Repair and Painting (RRP) Training

Notice Date
3/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Region 5US Environmental Protection Agency77 West Jackson BoulevardChicagoIL60604-3507
 
ZIP Code
60604-3507
 
Solicitation Number
RFQ-IL-14-00077
 
Response Due
3/14/2014
 
Archive Date
4/13/2014
 
Point of Contact
Geoff Krieger
 
E-Mail Address
Contract Specialist
(Krieger.Geoffrey@epa.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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for RFQ-IL-14-00077. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This solicitation is a total small business set-aside. The associated NAICS code is 541690 with a small business size standard of $14 Million. This RFQ Statement of Work is as follows: Conduct classes in the EPA Renovation, Repair and Painting Rule (RRP) for residential painting and renovation. Classes shall be conducted in English. Provide two (2) lead based paint renovation training classes in the Chicago, IL, area and one (1) training session in each of the following cities: Gary, IN, East Chicago, IN, and Cincinnati, OH for a total of five (5) classes. The contractor is responsible for all facets of the training sessions, including: securing a facility, advertising, EPA approved training materials, providing certified instructor(s), and training certificate/registration, and following any and all applicable State and/or local requirements. The announcements for the training will be conducted with a preference for residents and workers in the communities in which the training is taking place, and will include the following statement: ?This training is being funded by the U.S. Environmental Protection Agency, Region 5 Office in Chicago, Illinois.? The trainer must submit a progress report to EPA project officer every two weeks by email, with a listing of steps accomplished, projected completion dates, and the next two week?s projected tasks. The selected firm must also follow-up with the students or the local county, city, and/or community organizations after completion of the training to identify if students were able to secure any jobs with the new RRP training and certifications within one month from the date that the training was conducted. A report will be provided to EPA at the conclusion of all training on student success. The classes shall be provided free of charge for up to 25 students in each class; quotes shall include price for adding additional student slots if necessary and funds are available. The training will include, but is not limited to background information on the hazards of lead contamination; the need for lead safe work practices; site preparation; proper handling and disposal of the material; OSHA requirements; administration of paperwork; testing; and other city, state, and federal requirements. Upon successful completion of the training, trainees will receive certif ication under the RRP from the trainer. All training classes will be conducted within eight months after award of the contract, with the completion of the project no later than December 31, 2014. This solicitation may result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. Offerors must submit proof of certification to provide training for lead based paint remediation. Offeror must also submit up to two (2) past performance references for review. Past Performance will be rated pass/fail; offers with no past performance will be rated neutral. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.211-6 Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Or ders; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban text Massaging While Driving; FAR 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.237-1, Site Visit; FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; EPAAR 1552.2 11-79 Compliance with EPA policies for Information Resources Management; EPAAR 1552.213-70 Notice to Suppliers of Equipment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Quotes must be received no later than March 14, 2014 at 2:00 P.M., Central Time ELECTRONIC SUBMISSIONS BY EMAIL ARE THE ONLY ACCEPTABLE METHOD FOR SUBMISSIONS. All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit a proposal that is no more than 4 pages with your qualifications and past performance. Pricing shall be submitted separately from the technical proposal. For additional information, please contact the Contract Specialist, Geoff Krieger by email at Krieger.geoffrey@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/RFQ-IL-14-00077/listing.html)
 
Record
SN03303880-W 20140308/140306235029-576753d68dd581c8fc05406480271fa7 (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.