Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2014 FBO #4639
SOLICITATION NOTICE

U -- Training_Relapse Prevention, Suicide Risk Assessment, DSM-V - Package #1

Notice Date
8/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, District of Columbia, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
CSOSA-14-Q-115
 
Archive Date
9/9/2014
 
Point of Contact
Kimberly Spangler, Phone: 202-220-5795
 
E-Mail Address
Kimberly.Spangler@csosa.gov
(Kimberly.Spangler@csosa.gov)
 
Small Business Set-Aside
N/A
 
Description
Clauses Pricing Format SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using simplified acquisition procedures 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. The solicitation number is CSOSA 14-Q-0115, and is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76. This acquisition is being procured using full and open competition. Simplified acquisition procedures will be utilized. The North American Industry Classification System (NAICS) is 611430 with a small business size standard of $11 million. The Government intends to award a competitive firm fixed price contract. The resulting contract is targeted to be awarded by 1 September 2014 and will be in effect for a TWELVE (12) month base period followed by THREE (3) option years and a final SIX (6) month option period. Estimated period of performance is: Base Period: September 1, 2014 - August 31, 2015 Option 1: October 1, 2015 - September 30, 2016 Option 2: October 1, 2016 - September 30, 2017 Option 3: October 1, 2017 - September 30, 2018 Option 4: October 1, 2018 - March 31, 2019 Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. This Solicitation is comprised of: I. STATEMENT OF WORK II. FORMAT AND SUBMISSION OF QUOTE III. EVALUATION CRITERIA IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. STATEMENT OF WORK See attached Statement of Work, Technical In-Service Training, dated 7/16/14. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF QUOTE Part A. PRICING - The offeror shall provide a total price inclusive of all deliverables for development and delivery of each training course described in the attached SOW. Pricing shall be submitted for the base and option periods as shown in the CLIN pricing attachment: CLIN 0001 Relapse Prevention CLIN 0002 Suicide Risk Assessment CLIN 0003 DSM-V Part B. OFFEROR INFORMATION: The offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in SAM. By submitting a quote, the Offeror acknowledges the Government requirement to be in the System for Award Management (SAM) database prior to award of any contract. Information about SAM may be found at www.sam.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through SAM website, then provide a statement as such and it will be verified. PART C. PAST PERFORMANCE REFERENCES The offeror shall submit at least three references for current and past performance. Past Performance will be evaluated in terms of relevancy and currency (See Section III Evaluation Criteria). The submission of all references shall include the following information: a. Contract Number(s) b. Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. c. Email addresses for each point of contact d. Dollar value of the Contract. e. Detailed description of the work performed. f. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. Part D. TECHNICAL Technical quotes shall be limited to a maximum of 10 pages; resumes of key personnel shall be included as attachments to the technical quote and will not be included in the 10-page technical quote limit. Resumes shall describe the experience in performing similar work and address the requirements listed under Section IV Key Personnel in the SOW. Technical quotes shall be submitted as separate documents/files from the price quote. Technical Quotes shall be a description of course to include all subject areas to be taught. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION CRITERIA The Government will issue one or more contracts resulting from this solicitation to the responsible Offeror(s) whose quote conforming to the solicitation will represent the lowest priced technically acceptable offer. The following factors will be used to evaluate offers: Factor 1: Program and Quality Management -Program and Quality Management will be evaluated to determine if the Offeror's quote demonstrates its 1) understanding of and flexibility to meet the requirements in the Statement of Work; 2) ability to meet the deliverables; 3) ability to identify, evaluate, correct and preclude deficiencies; 4) proven effectiveness of tracking problems and solutions; 5) ability to tailor training to meet the Government's needs. Factor 2: Staffing Plan - The Offeror's Staffing Plan will be evaluated to determine if the Offeror's quote demonstrates its ability to obtain, utilize, and keep high quality personnel on the contract. Factor 3: Key Personnel - The Offeror's Key Personnel Resumes will be evaluated to determine if the Offeror's proposed key personnel are subject matter experts that meet the education, knowledge, experience, and past performance as described in the Statement of Work. The Offeror's personnel must have a minimum of 5 years' experience working with organizations in the private sector and or with-in the Federal government in this subject matter. Factor 4: Past performance will be evaluated to determine the Offeror's performance risk for this solicitation. Past performance will be evaluated on how well the Offeror performed on previous contracts identified in the Offeror's quotation. References will be verified at CSOSA's discretion. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including, but not limited to, the Contractor Performance Assessment Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS), the Excluded Parties List System (EPLS), and Dun & Bradstreet (DNB). Factor 5: Price - The Offeror's price quote shall be evaluated for reasonableness. The Government will evaluate all technically acceptable 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 evaluation criteria used for Factors 1-4 will be either ACCEPTABLE or UNACCEPTABLE. If the Offeror's quote meets the Government's requirements, it will be rated ACCEPTABLE. If the Offeror's quote does not meet the Government's requirements, it will be rated UNACCEPTABLE. Factors 1-4 must ALL be rated ACCEPTABLE to be considered for award. The Offeror's price quote will be evaluated for reasonableness. Options will be evaluated at the time of award by adding the total price for all options to the total price for the base period. Once the quotes have been determined to be "technically acceptable," award will based on price only. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES See attached Clauses document. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Due to the competitive nature of this requirement, all questions must be submitted via email. Questions regarding the solicitation must be emailed to Kimberly Spangler at kimberly.spangler@csosa.gov no later than 11 August 2014 by 1200 hours ET. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 25 August 2014 by 1200 hours ET. All documents required for submission of quote must be sent to Kimberly Spangler via email to kimberly.spangler@csosa.gov. Hard copy or faxed quotes shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. Award may be made without discussion of quotes received. Offerors are, therefore, requested to initially submit quotes to the government on the most favorable terms from a technical and price standpoint. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/OD/WashingtonDC/CSOSA-14-Q-115/listing.html)
 
Place of Performance
Address: 633 Indiana Avenue NW, Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN03451014-W 20140807/140805235942-6faa7d13e1e0804e61c20e612bf14ed7 (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.