Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOLICITATION NOTICE

R -- Expert Performance Module and Measurement Specialist

Notice Date
6/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
P.O. Box 5400 Albuquerque, NM 87185-5400
 
ZIP Code
87185-5400
 
Solicitation Number
DE-RQ04-02AL68187
 
Response Due
7/8/2002
 
Archive Date
8/7/2002
 
Point of Contact
William Mccullough, Contracting Officer, 505-845-6467, wmccullough@doeal.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Notice of intent to negotiate a Sole Source contract with Strategies for Growth at 12909 West 116th Street. Strategies for Growth can provide training and develop performance modules and measurement tools in support of OKCSO performance manaagement program. The Strategies for Growth has extensive experience and knowledge and experience in the development of high-level performance modules and measurements and is the only source that can provide the services required. The Department of Energy intends to solicit and negotiate with only one source under authority of FAR 6.302. This is a combined synopsis/solicitation for commercial items 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference "Request for Proposal? No. DE-RQ04-68187". This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The term of the contract will be for 5 months. Work to begin on or around July 15, 2002. This acquisition is being considered for 100 percent small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, or 8(a) business. The North American Industry Classification System (NAICS) Code is 541611 with a corresponding qualifying size standard of 208,674 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE/AL intends to purchase the following (1) line items: Item 1 -- Develop performance modules, measurement tools, and training to enhance performance and accountability in three phases per the attached Statement of Work. The desired delivery date is: July 15, 2002 for Phase 1 The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meets all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price. All Offerors will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era under the Federal Contractor Program, VETS100 Report, website location: http://vets100.cudenver.edu; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/ or http://farsite.hill.af.mil/. Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror?s responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenPage or http://www.doeal.gov/cpd/readroom.htm. Responses/offers are due no later than 3:30 p.m. local Albuquerque time by July 8, 2002. Interested parties should indicate interest to the Contracting Office as early as possible, but no later than 15 days of this notice. If you have any questions, please contact Denise Apodaca at 505-845-6998.
 
Web Link
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/5C65DDD57973677085256BE5007C4E71?OpenDocument)
 
Record
SN00100569-W 20020629/020627213124 (fbodaily.com)
 
Source
FedBizOpps.gov 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.