Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2022 SAM #7382
SOLICITATION NOTICE

X -- FLLI Training Space - Washington DC

Notice Date
2/14/2022 2:11:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
53112 —
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION OKLAHOMA CITY OK 73169 USA
 
ZIP Code
73169
 
Solicitation Number
697DCK-22-R-00139
 
Response Due
3/16/2022 10:00:00 AM
 
Archive Date
03/31/2022
 
Point of Contact
Jennifer J Davis, Phone: 817-222-4349, Fax: N/A
 
E-Mail Address
jennifer.j.davis@faa.gov
(jennifer.j.davis@faa.gov)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
This Solicitation (SIR) is for Training Space for the FAA�s Leadership and Learning Institute (FLLI) located in Washington, DC to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-22-R-00139. This acquisition has a local area set aside.� The principal North American Industry Classification System (NAICS) code applicable to this effort is 531120 � Lessors of Nonresidential Buildings (except Miniwarehouses). The resulting award will be an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Priced (FFP) Task Order Contract.� Questions or comments pertaining to this SIR must be submitted in written form via email to Jennifer J Davis, Contracting Officer, at jennifer.j.davis@faa.gov no later than 12 noon Central Time on Tuesday, March 1, 2022.� Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified.� Responses to all questions and any necessary amendments made to the SIR will be made by 2:00 pm Central Time on Thursday, March 3, 2022. All responses must reference the solicitation number (697DCK-22-R-00139) and be submitted to the following email address: jennifer.j.davis@faa.gov. � L.4 PROPOSAL CONTENT SUBMISSION OF OFFER � SERVICES An offeror must submit an offer which shall include a technical and business proposal as outlined below. PLEASE NOTE: Lack of submission of any of the information required in the Business and Technical Proposal must render a contractor�s proposal as non-responsible and will not be considered further for award. BUSINESS PROPOSAL: (1) Cover letter stating that no exceptions are taken to any specification requirements or contract terms and conditions (or a detailed summary of any exception taken); (2) Completed Solicitation, Offer, and Award for this solicitation with original signature (including Schedule), and all Sections A through L; (Submission of your Certs and Reps from SAM does not fulfill this requirement.� The FAA does not follow the FAR, they follow the AMS.) (3) A completed Line Item listing, with pricing shown for each line item; (4) Any amendments if issued with original signature. TECHNICAL PROPOSAL: The Technical Proposal must contain the following information: 1. Relevant Experience Identify a minimum of three (3) projects, but no more than five (5), underway or successfully completed within the past ten (10) years through the closing date identified on the SIR. Each project provided must be valued at over $1,000,000 that were similar in Scope of Work. Similar is defined as providing and managing event space to accommodate up to 30 participants in a training/workshop structure on a recurring basis. If the Offeror does not have prior prime contracts to cite, the Offeror may cite instances where on which it served as a primary subcontractor. Be specific and provide details. For each project, address the following points: a) Project title, description, and contract number (if applicable) b) Client name, business address, phone numbers, contact person, and email addresses c) Dollar value of contract or projects d) Description of project. For each project include specific details describing how the project is similar to the requirements Statement of Work e) Any other relevant information that reflects the offeror�s ability to meet schedule restraints Any omission or partial or vague response may lead to the rejection of the proposal without discussions with the offeror. All submitted technical information is considered proprietary data and will be utilized for evaluation purposes only and kept confidential. 2. Technical Approach Demonstrate the technical approach of offeror and/or proposed team, including sub-contractors, by providing a detailed response that includes the following information: � Location of the property including full property address � Equipment to be provided � Listing of all conference and breakout rooms including each room�s capabilities and square footage � Parking accommodations and transportation plan � Staffing approach � Availability of food and beverages onsite or within close proximity of the venue If any of the information required is not included in the form then the Offeror will be considered nonresponsive and evaluated as unacceptable. M.1 EVALUATION FACTORS FOR AWARD - SERVICES TECHNICAL EVALUATION CRITERIA The Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions. The Government reserves the right to award on initial offers without discussions or to conduct one on one discussions with one or more offerors to clarify issues relating to scope, pricing and responsibility. Proposals shall be evaluated as either 'acceptable' or 'unacceptable' on the basis of the following criteria: Criteria #1: Relevant Performance. Provide information on relevant contracts that are similar in size, scope, complexity and type to the work described in this request for offers. Similar is defined as preparing and providing event space to accommodate up to 30 participants in a training/workshop structure on a recurring basis. The Government may contact customers identified by the offeror to assess the contractors past performance. The Government may use information obtained from other than the sources identified by the offeror. Performance information obtained may be used for both the responsibility determination and the award decision. STANDARD FOR REVIEW: For a proposal to be found �acceptable� in the criteria of past performance the contractor must have demonstrated at least three (3) successful, relevant projects completed in the past ten (10) years similar to the current requirement that are valued at over $1,000,000.00. Criteria #2: Technical Approach. Provide a summary that details how the requirements for each training delivery will be met. Include the following: a. Location of property that will host training workshops to include full street address b. Listing of equipment to be provided that will fulfill the requirements of each training session c. Listing of conference and break out rooms at proposed location to include each rooms capabilities (internet connection, projector, # of tables & chairs, etc.), and square footage of each d. Parking accommodations and Transportation Plan. Please confirm if there is a daily or weekly charge for on-site parking and confirm the availability of on-site parking that will accommodate the number of participants for each training workshop. Shuttle service to and from the airport(s) should also be explained. e. Staffing approach. Include a brief summary of resources that will be available to plan and manage the requirements of each training workshop. Examples include: hotel manager, conference space manager, etc. f. Food and Beverage � State the availability of food and beverage either onsite or within close proximity to the venue. STANDARD FOR REVIEW: For a proposal to be found �acceptable� in the criteria of project approach the contractor must have provided a detailed response to each of the items listed above. CONSIDERATION OF PRICE: The offeror must submit pricing information as prescribed in PART I �SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Pricing is required for the base and each option year for each service. If full pricing is not received, the proposal will be deemed unacceptable. (End of Provision) Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (March 16, 2022). Reference AMS Clause 3.3.1-33, paragraph (d), �if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.� DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL (jennifer.j.davis@faa.gov).� NO PHONE CALLS WILL BE ACCEPTED. MILESTONES SIR released � 02/14/2022 Questions due � 03/01/2022 by 12 noon CT Answers out � 03/03/2022 by 2:00 pm CT Proposals due � 03/16/2022 by 12 noon CT All submissions must be received no later than 12:00 noon Central Time on Wednesday, March 16, 2022.� Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above.� Late submittal of proposals will not be accepted.� The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR.� Responses will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/72beadc6f10243d6bc98d2379f646cc3/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06241666-F 20220216/220214230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.