MODIFICATION
U -- Brand Name or Equal FAR Bootcamp
- Notice Date
- 7/28/2018
- Notice Type
- Modification/Amendment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division - ITS, ITS Contracts Team, 2150 Centre Ave., Bldg. A., Suite T-145, Fort Collins, Colorado, 80526-1891
- ZIP Code
- 80526-1891
- Solicitation Number
- AG-3144-S-18-K-0001
- Archive Date
- 8/15/2018
- Point of Contact
- Danielle C. Knipper, Phone: 970-295-5362
- E-Mail Address
-
Danielle.Knipper@ftc.usda.gov
(Danielle.Knipper@ftc.usda.gov)
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- This is a combined synopsis / solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number AG-3144-S-18-K-0001 applies and is issued as a Request for Quotation (RFQ) in conjunction with FAR Part 13, Simplified Acquisition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular(FAC) 2005-101. Federal Supply Class/Service Code is U009. The North American Industry Classification System (NAICS) code is 611430 and the applicable size standard described by the U.S. Small Business Administration for this procurement is $11,000,000.00. Small Business determination and tax identification numbers shall be submitted with quotes. This Request for Quote shall be 100% a Veteran Owned Small Business (VOSB) set aside. Offers must be registered in the System for Award Management (SAM) to be considered for award. Offerors may register at www.sam.gov. A DUNS (Duns and Bradstreet) number is required to register. The anticipated contract type will be a firm-fixed price purchase order. Description of Services: Non- personal services in support of the USDA Office of Contracting and Procurement for EXPERIENCED Federal Acquisition Regulation (FAR) training. This requirement is for a brand-name service or equal. The USDA Office of Contracting and Procurement is seeking FAR Bootcamp or equal training. The course shall accommodate up to 25 students each class in two separate geological locations on different dates yet to be determined and to be scheduled within 60-90 days after award. One location is in Fort Collins, CO and the other location is Washington D.C. The length of the course in each location shall be five days. The cost of the course shall include the travel and per diem for each instructor at both locations. The quote shall also include the cost for each student, the most current published edition paperback Federal Acquisition Regulation (FAR), to be utilized during the training exercises. The FAR Bootcamp or equal training is for experienced FAC-II and FAC-III level Contracting Specialist. Please note that this course is not to be intended for entry-level Contracting Specialist. This training will focus on active utilization of the FAR and provide hands-on complex contracting real-life scenarios. The course will provide advanced Contract Specialists the opportunity to work a series of problems of gradually increasing complexity and apply the rules of Government contracting through progressively more complex research and problem-solving contracting scenarios. Instructors at both locations must have a minimum of 15 years of experience in Federal contracting as a contracting officer, instructor, lawyer, contractor, or consultant. For training to be considered equal, the training course and curriculum must already be developed. In addition, for any training to be considered equal, the following elements shall be included in the course and agenda: A. Federal Acquisition Regulations (FAR) Overview B. The course shall integrate all the necessary instruction to include course content that will specifically address the following: i. FAR Overview - research, read, interpret and apply the FAR from both the Government and the Contractor's perspective. This course shall address researching the FAR in a systematic manner to be familiar with the organization and general content of the FAR; develop at least four (4) various search and find, search and answer, and search and solve exercises and problems with multiple levels of difficulty (as class progresses) to be worked by individuals, and/or in groups of four to five persons. This course shall address areas to improve Contracting Specialists FAR abilities by enhancing, strengthening, or gaining: 1. Clarification abilities to: a. discern main points of what you read and hear 2. Inference-related abilities to: a. analyze information objectively and be able to make a reasoned judgement b. identify and distinguish the evidence (premises) from the conclusion c. draw correct conclusions from the information given d. assess the truth of the evidence e. dig out the presuppositions of the argument f. consider the relevance of the information to the conclusion of a line of reasoning g. evaluate whether the evidence is strong enough to support the conclusion 3. Ability to employ strategies that enables an individual to: a. decide what is at issue or what is the problem b. create various options to deal with the problem c. know where and how to get information d. identify the criteria for evaluating the options e. determine how to test various options for dealing with the problem f. assess or weigh the strengths and weaknesses of the options or proposed solutions g. ensure written documents present the analysis in a concise, thorough, and logical manner. Contractor shall develop a separate course outline to include specific topics and learning objectives for Section A. The contractor shall submit a draft training plan for section "A" delineating their proposed training execution developed from the established training curriculum with the quote. The course shall be conducted by way of, lecture, reading, class discussions, and classroom exercises and/or case studies. Training Materials: The contractor shall provide each student participant; with all relevant course materials (books, paper, periodicals, training aids, etc.) necessary to successfully participate in and receive the full benefit from this training. Contractor shall be responsible for shipping and handling of course materials and equipment. Training shall be executed at the times specified herein. Training Validation: the contractor shall provide and administer a "check on knowledge" (test and/or situational exercise, etc at the contractors' discretion) that validates (confirms or denies) the effectiveness of training to each participant. This validating "test" shall demonstrate the effectiveness (validate the results) of the training to the government. The contractor shall provide a rating to determine a pass or fail result after completion of the test. Each training participant "student" who passes the validating test shall receive a certificate delineating the dates trained, the level and/or certification achieved trained, the contractor's endorsement of professional certification, and educational credit (if any) earned. The participants with a ‘fail' result shall be required to re-test within 60 days thereafter Anticipated period of performance is 60-90 days after award. SINGLE AWARD FOR ALL ITEMS Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. EVALUATION OF QUOTATIONS/OFFERS 1) Award under this procurement will be made to the technically acceptable quote/offer which is most advantageous to the Government, price and past performance considered. 2) Technically Acceptable - In order to be determined technically acceptable, offers must meet or exceed the specifications, delivery requirements, and other terms and conditions in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal. The offer must be determined to be technically acceptable before further consideration. 3) Price - Evaluation of price will include the following: ( X ) Single Award evaluation per the paragraph entitled "Single Award for All Items". 4) Past Performance - Evaluation of past performance will be based on information obtained from PPIRS-SR as well as any other sources which may have relevant information. A quote/offer with a low PPIRS-SR rating (red or yellow for quality and/or less than a 70 weighted delivery score) may not represent the most advantageous quote/offer to the Government. USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING (PPIRS-SR) IN PAST PERFORMANCE EVALUATION (1) The offeror's past performance shall be evaluated in accordance with FAR 13.106-2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. (2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems. PPIRS-SR uses the past performance data collected to classify each supplier's performance by Federal Supply Class(es) or Service Code(s). (3) Quality: The method used in PPIRS-SR to classify the quality of a supplier's past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the supplier's overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors: 1. Dark Blue: Top 5% of suppliers in FSC group* 2. Purple: Next 10% of suppliers in FSC group* 3. Green: Next 70% of suppliers in FSC group* 4. Yellow: Next 10% of suppliers in FSC group* 5. Red: Bottom 5% of suppliers in FSC group* * If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green. (4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier's percentage of on time deliveries. On time deliveries are calculated using the number of line items delivered and a weighting factor which reflects the length of time a delivery was overdue. (5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at http://www.ppirs.gov/. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at http://www.ppirs.gov. The method to challenge a rating is also found on the identified website. (6) Suppliers with no history in PPIRS-SR will be considered to have a neutral PPIRS-SR rating. The following Provisions and Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certification Commercial Items, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.211-6 BRAND NAME OR EQUAL (AUG 1999); FAR 52.232-1 Payments, FAR 52.232-25 Prompt Payments, FAR 52.249-13 Failure to Perform, FAR 52.252-1 Solicitation Provisions Incorporated By Reference and FAR 52.252-2 Clauses Incorporated by Reference. Responsible offeror must be active in the Central Contractor registration in accordance with FAR 52.204-7. AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; AGAR 452.224-70 CONFIDENTIALITY OF INFORMATION (FEB 1988). DUNS, TIN, and CAGE Code must be written on submitted quote. Full texts of clauses are available at http://farsite.hill.af.mil. Offers should be submitted via e-mail to Danielle Knipper at Danielle.knipper@ftc.usda.gov. Offers must be received no later than 5:00 p.m. Time, Tuesday,Eastern Standard Time July 31, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/PODFC/AG-3144-S-18-K-0001/listing.html)
- Place of Performance
- Address: 301 South Howes St., Ste 321, Fort Collins, Colorado, 80521, United States
- Zip Code: 80521
- Zip Code: 80521
- Record
- SN05011622-W 20180730/180728230037-a28a08789c230ab80dc61c17a9330201 (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 |