SOLICITATION NOTICE
69 -- Web Based Training
- Notice Date
- 8/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
- ZIP Code
- 21207-5279
- Solicitation Number
- SSA-RFQ-02-0375
- Response Due
- 8/23/2002
- Point of Contact
- Maria Hill, Contract Specialist, Phone 4109659532, Fax 4109669310,
- E-Mail Address
-
maria.hill@ssa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined/synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, supplemented with additional information included in this notice. The provisions and clauses incorporated herein are those in effect through the latest Federal Acquisition Circular (FAC ) 2001-08. This acquisition is being conducted in accordance with the Simplified Acquisition Procedures (SAP) and 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 421430 and business size standard is 100 employees. This Request for Quotation (RFQ) SSA-RFQ-02-0375, constitutes the only solicitation. A separate request for quotation will not be issued. The Social Security Administration (SSA) has a need for Contractor to provide a library of online courseware web-based training for safety and occupational health courses. The courses must be provided in a format which allows text editing and meet Sections 508 of the Rehabilitation Act of 1973 (ADA compliance). Proposals shall be submitted by 11:00 a.m. local prevailing time, August 23, 2002. BACKGROUND: Training is required for occupational safety and health representatives at SSA offices nationwide in order to meet the requirements of 29 CFR 1960 and SSA/AFGE Agreement, Article 9. The Agency is required to provide all SSA health and safety representatives located nationwide four hours of training annually. STATEMENT OF WORK: QTY: 5500 seats, One course seat is defined as a one-year subscription to one course for a single person. Contractor must be flexible in allowing the agency to assign the number of course seats to any combination of users (i.e., 10 courses to 200 users, or 5 courses to 400 users) but not to exceed the number of seats ordered. The course seats must be provided for selection from all of the following course titles: Asbestos Awareness, Bloodborne Pathogens, Confined Space Entry, Crane Safety, DOT Transport Of Hazardous Materials, Elevating Work Platforms, Environmental Awareness, Ergonomics, Fall Protection, Fire Brigades, Fire Extinguishers, First Aid/CPR, Handling Of LP Gasses, Hazard Communication, Hazardous Waste Response, Hearing Conservation, Lab Safety, Lead Safety, Lockout/Tagout, Powered Industrial Vehicles, Personal Protective Equipment, Process Safety Management, Respiratory Protection, Scaffolds And Ladders, Welding And Cutting Safety. The safety course must include the latest delivery technologies and updates in course content. The text of all courses must be fully editable by SSA and must meet Section 508 of the Rehabilitation Act of 1973 (ADA compliance). Each of these courses should require the trainee an average of two hours to complete. Contractor must also provide a course management module to launch, track, schedule and score courses, including 8 hours of Contractor offsite support. PERIOD OF PERFORMANCE: One year from date of award. TERMS AND CONDITIONS: (Note: full text of all Clauses and Provisions can be accessed via the Internet using the following website: http://www.arnet.gov). The provisions of FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2002) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (MAY 2002); FAR 52.212-5 applies as follows:(a)1 and (2); (b)(11),(12),(13),(15),(16),(25). FAR 52.214-21 Descriptive Literature (April 2002); FAR 52.219-6 Notice of Total Small Business Set-Aside (July 1996) are incorporated by reference. INSTRUCTIONS FOR SUBMITTING OFFERS: The provisions at FAR 52.212-1 Instructions to Offerors--Commercial Items (Oct 2000) are incorporated by reference. Offerors shall follow the instructions set forth therein. Special attention is directed to the following paragraphs: (b) Standard Form 1449 shall be used for the submission of offers; (b)(10) All information required by this paragraph shall be submitted. Past performance information should be limited to three current projects and/or projects completed within the past 3 years that are equal in size and complexity; (b)(11) does not apply; (c) Period of acceptance for offers 45 calendar days; (d) does not apply (e) does not apply. Certifications as required by FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JUL 2002) shall be submitted with the offer. Offerors shall submit the following: signed SF 1449; separate pricing page; past performance information; descriptive literature to show the product being offered; completed Section 508 evaluation template and , representations and certifications as specified herein. Offers which fail to include all required information may be rejected without further consideration. If offering a GSA schedule item, provide GSA schedule pricing, and terms and conditions. Quotes can be faxed to attention of Ms. Maria Hill at (410) 965-9532. All quotes shall state point of contact, address, telephone number and the solicitation number SSA-RFQ-02-0375. EVALUATION CRITERIA: FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) has been tailored pursuant to FAR 12.301(c) by the substitution of a similar provision in the following addendum: (a) The Government will award a firm fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, and represents the best overall value, price and other factors considered. The Government will determine the value of an offer based on its acceptability and how well the offeror complies with the solicitation instructions and requirements. Award will be made on a best value basis taking into account the following factors: technical acceptability, past performance and price. All factors are equally important. The Government may award to other than the lowest priced offer based on a trade-off among these factors. AWARD: The awardee will be notified immediately and shall result in a binding agreement without further action by either party. ATTACHMENTS: SF 1449, Section 508 Evaluation Template, and Representations and Certifications. All are available at www.fedbizopps.gov. If you are reading this in the CBD, you must download the attachments from fedbizopps. See numbered note 1.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-02-0375/listing.html)
- Record
- SN00143352-F 20020818/020816221814 (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 |