SOLICITATION NOTICE
U -- MVP Training - RFQ F3PF1D4224A001
- Notice Date
- 9/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- F3PF1D4224A001
- Archive Date
- 9/30/2014
- Point of Contact
- Dennis R. Rivera, Phone: 2106525121, Linda M. Johnson, Phone: 210-652-5111
- E-Mail Address
-
dennis.rivera@us.af.mil, linda.johnson.4@us.af.mil
(dennis.rivera@us.af.mil, linda.johnson.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation for RFQ F3PF1D4224A001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and in conjunction with FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 1. Solicitation number F3PF1D4224A001 is issued as a request for quotation (RFQ). 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-76 and DFARS Change Notice 20140805. 3. The associated NAICS code is 611430; size standard is $11.0M. 4. See the attached solicitationSchedule of Supplies/Services (Reference Atch 2) for applicable contract line items (CLINS), quantities and units of measures and applicable period of performance. 5. This requirement is for Mentors in Violence Protection Training. See Statement of Work (SOW) (Reference Atch 1). 6. See the attached solicitation Schedule of Supplies/Services (Reference Atch 2) for dates and locations of training. 7. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 8. The Government will award a sole-source firm fixed price contract resulting from this RFQ for MVP Training to Mentors in Violence Training National. The vendor will need to conform to the solicitation while providing the best value to the Government. Best value means the responsible contractor whose products/services is technically acceptable, quotes the lowest price, and has an acceptable past performance. In determining the best value the Government shall consider the following four (4) factors: Technical, Price, Delivery, and Past Performance. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Therefore, submission of the offer shall address all requirements contained therein with particular attention to paragraph (a) of the clause - the contractor shall provide clear evidence of the understanding and ability to comply with schedule of supply/services and the SOW and provide sufficient information demonstrating the company's technical capabilities and experience, including past performance references and points of contact for each project of similar scope. All information shall be submitted with an offeror's quotation. ADDENDUM TO FAR 52.212-2 Reference FAR 52.212-2, paragraph (a) is hereby tailored as follows: a. Technical Capability. The technical response shall demonstrate the ability to provide the supplies and services in accordance with (IAW) the attached Schedule of Supply/Services (Reference Atch 2) and the Statement of Work (SOW). Response shall demonstrate an understanding of contract requirements. b. Price. Contractors are required to complete the attached Schedule of Supplies/Services (Reference Atch 1). The firm fixed price shall include any volume or spot discount. c. Delivery. Technical response shall confirm the contractor's delivery of training within the timeframe specified in the Schedule of Supplies/Services (Reference Atch 2) d. Past Performance. The Government will evaluate the quality and extent of offeror's performance deemed relevent to the requirements of this RFQ. The Government will use information submitted by the offeror and any other sources of information available to the Government to asses past performance. Provide a list of at least one (1), but no more than two (2) of the most relevant contracts performed for Federal agencies and commercial customers within the last (3) years from the issue date of this RFQ or currently being performed. Relevant contracts include contracts similar or greater in scope, magnitude, and complexity than the effort described in this RFQ. Furnish the following information for each reference listed. (i) Company/Division name (ii) Service (iii) Point of Contact name, email, and phone number (iv) Contract number (v) Contract Dollar Value (vi) Period of Performance The above information shall be provided as part of the RFQ package and shall be sent via email to Dennis Rivera at dennis.rivera@us.af.mil. Past performance will be rated as acceptable/unacceptable based on the response from the references provided. The Government reserves the right to utilize past performance information gained from other sources (i.e., past performance databases, other Government sources, etc.) to aid in evaluating past performance. If you have any questions, please contact Dennis Rivera at dennis.rivera@us.af.mil 210-652-5121. 9. Offerors are required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also Addendum to FAR 52.212-4. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation), all FAR clauses cited in the clause are applicable to the acquisition. 12. Notice to Offerors: Funds are presently available. The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse any offeror for any costs. 13. Defense Priorities and Allocations System: NA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PF1D4224A001/listing.html)
- Place of Performance
- Address: See Attachment 2 Schedule of Supplies/Services, JBSA Randolph, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN03500411-W 20140910/140909022230-a1d0e1f32bb32280db76f7dcd7671a89 (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 |