Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2005 FBO #1479
SOLICITATION NOTICE

X -- Training Space

Notice Date
12/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
RFQ-TAS-06-0001
 
Response Due
12/19/2005
 
Archive Date
12/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared per the format in 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. Solicitation number RFQ-TAS-06-0001 is issued as a Request for Quotation (RFQ). This is a total small business set-aside for Training Facilities and Audio/Visual Equipment within the Washington, DC Metropolitan area. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code is 721110 and the small business size standard is $6,000,000. On behalf of Treasury Agency Services (TAS), The Department of the Treasury, Bureau of the Public Debt, Division of Procurement anticipates awarding a single award, Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for the acquisition of Training Space and Audio/Visual Equipment utilizing simplified commercial acquisition procedures under full and open competition. Requirements are estimated to begin on January 4, 2006 and end on or before December 22, 2006, which will allow for the ability to re-schedule pre-established classes into time slots that are deemed available by the facility and any additional classes that are determined necessary and need to be included in the course schedule. Offerors must be registered in the Contractor Central Registry (CCR) to be considered for award. Offeror may obtain information on CCR registration by calling 1-888-227-2423, or via the internet at www.ccr.gov . The selected Offeror shall comply with the following commercial items terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial Items with the following Addendum: 52.204-7, Central Contractor Registration. 52.212-2 Evaluation - Commercial Items applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. 1052.201-70 Contracting Officer?s Technical Representative (COTR) Appointment and Authority (APR 2004) (Deviation) (DTAR) applies. Other FAR clauses that apply are as follows: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor; Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13 Restriction on Certain Foreign Purchases; 52-232-33, Payment by Electronic Funds Transfer Central Contractor Registration. No addenda apply to these Provisions and Clauses. No additional FAR clauses apply. The full text of FAR clauses and provisions may be accessed electronically at http://www.acqnet.gov/far. ***** BACKGROUND: Treasury Agency Services (TAS) is responsible for financial education services that have application to all Federal employees who have an occupational involvement in financial functions. The training and education services are available in the form of courses, seminars, and conferences on a reimbursable basis.***** REQUIREMENTS: Training Facilities that shall be conducive to a learning environment are needed for the facilitation of courses, seminars, and workshops that are detailed in the schedule below. Space requirements include the use of 1 classroom per day with the potential for additional classes if needed with prior approval for scheduling by the facility awarded. Classroom requirements include CLIN 0001 - a medium to large classroom to accommodate between 15 and 35 students, furnished with tables that seat 3 students per table comfortably, overhead lighting, and a podium and chair for use by the instructor. CLIN 0002 - Audio/Visual equipment requirements include a personal computer with Windows operating System and Microsoft Office Suite that includes PowerPoint and Excel, LCD or DLP projector compatible to the Personal Computer and a projection screen. Broadband connection to the internet is desired. CLIN 0003 - One small room (personal office-sized), near the classroom(s) scheduled for TAS use, is desired and must accommodate desk space for one person. Access to a fax machine with the ability to send and receive faxed documents, access to a copier that can provide high-capacity copying, preferably with collating and stapling features, and one two-drawer file cabinet with a lock are highly preferable. Facilities shall be located in the Washington, DC Metropolitan area, within 2 blocks from a metro stop is desirable. Food and beverage services for the training sessions are not requested. ***** THE SCHEDULE FOR FISCAL YEAR (FY) 2006 TRAINING DATES ARE AS FOLLOWS: January 4-5 SF-133; 6 Certifying Officer; 10-11 SGL-Basic; 17-18 Dollars & Sense; 26-27 Govt Budgeting and Accounting Concepts. ----------------- February 1-2 SGL Basic; 7 FACTS II; 13-14 SGL Intermediate; 15-16 SGL Advanced; 22-23 Business Case OMB Exhibit 300. -------------- March 1-2 Practical Applications of App Law; 7-8 FMS-224; 9 Reconciling the Fund Balance with Treasury; 14-15 Dollars & Sense; 21-22 SF-133; 23 IPAC. ----------------April 4-5 Govt Budgeting and Accounting Concepts; 6-7 SGL Basic; 10-11 SGL Intermediate; 12-13 SGL Advanced; 14 SGL Upward and Downward Adjustments; 18-19 Practical Applications of Appropriations Law; 20 Certifying Officer; 24-25 FACTS I; 26-27 FACTS II. -------------May 9-10 FMS-224; 11 Reconciling the Fund Balance with Treasury; 16-17 SGL Basic; 18-19 SGL Advanced; 22 SGL Upward and Downward Adjustments; 23-24 Statements of Budgetary Resources and Financing. June 6 Certifying Officer; 7-8 SF-133; 13-14 SGL Revolving Fund; 20-21 Business Case OMB Exhibit 300; 22 IPAC; 27 GFRS (New). ----------------------July 11-12 Govt Budgeting and Accounting Concepts; 13-14 SGL Basic; 17-18 SGL Advanced; 19 SGL Upward and Downward Adjustments; 20 GSL Trial Balances and Crosswalks; 24-25 Practical Applications of Appropriations Law; 26-27 FMS 224; 28 Reconciling the Fund Balance with Treasury. ----------- August 15-16 FACTS I; 17-18 FACTS II; 21 Certifying Officer; 22-23 SGL Basic; 24-25 SGL Intermediate; 28-29 SGL Advanced; 30 SGL Upward and Downward Adjustments; 31 GFRS (New). ------------------September 6-7 SF-133; 11-12 SGL Basic 13-14 SGL Advanced; 18-19 SGL Revolving Fund; 20-21 FMS 224; 22 Reconciling the Fund Balance with Treasury; 25-26 Dollars & Sense; 27-28 Practical Applications of Appropriations Law. --------------------Occasionally, TAS may need to cancel a training session for lack of registration. A minimum 10-calendar-day advance written notice of cancellation of scheduled training sessions will be provided. If cancellation is deemed necessary, and is less than the agreed upon number of calendar-days, every attempt will be made to reschedule the training session(s). TAS will notify intent to the Contractor as soon as reasonably possible and reschedule the event if feasible. The Contractor shall waive any charges against the Government due to the cancellation and release it from all obligations under the contract if the Government gives the required advance notice. No changes to any resulting purchase order are authorized unless issued by a Government Contracting Officer. The Contractor shall comply with all applicable health, fire, and safety codes and regulations and verification of compliance is mandatory by the Contracting Office prior to award. ***** INVOICES: Invoices shall be submitted to the COTR identified on the task order in a Microsoft Excel, Access, or compatible format. The Contractor shall submit invoices by e-mail, fax, or regular mail. The addresses and or fax number(s) that the invoices shall be submitted to will be provided at time of award. The Contractor shall render monthly invoices, including backup documents, in arrears by the 7th day after the conclusion of each month of space utilized. The Contractor agrees to include the following information on each invoice: Name and address of the Contractor; invoice date and number; contract number; task order number; period of performance; description of space used and services performed (if applicable); shipping and payment terms; name and address of Contractor official to whom payment is to be sent (must be the same as that in the; contract or in a proper notice of assignment; AND name (where practicable), title, phone number, and mailing address of person to be notified in the event of a defective invoice. All billing issues shall be handled and resolved between the Contractor and the COTR. The Contractor shall direct all questions and resolve all issues concerning invoices with the COTR (or Contracting Officer (CO) if necessary). ***** PAYMENT OF INVOICES: Payment of invoices will be made based on the following: Negotiated monthly payment schedule; AND fixed-price in accordance with the payment schedule of the individual task order. If supplies or services are rejected for failure to conform to the technical requirements of the contract, or any other contractually legitimate reason, the Contractor will not be paid, or will be paid an amount negotiated by the CO. ***** EVALUATION CRITERIA/AWARD: Potential Offerors shall propose and will be evaluated on all functional space requirements listed under the designated CLIN numbers to include both priced and non-priced that includes factors such as training space availability. All calculations shall reflect total cost per day. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror, whose offer, conforming to the synopsis/solicitation, will be most advantageous to the Government, price and other factors considered. The factors to be assessed include technical capability, price and past performance (please include 2 references). Please provide pricing, calculated on a per day basis, per each CLIN number listed accordingly (if applicable): CLIN 0001 TRAINING SPACE; CLIN 0002 AUDIO/VISUAL EQUIPMENT AND SERVICES; CLIN 0003 SMALL OFFICE-SIZED ROOM; CLIN 0004 MISCELLANEOUS COSTS (PLEASE LIST DETAILS); CLIN 0004a; CLIN 0004b. *****The Bureau of the Public Debt must receive proposals, along with other requested documentation, either by e-mail in MS Word and/or PDF format, by fax, and/or via mail no later than 4:00 PM Eastern Standard Time (EST), Monday, December 19, 2005. For offers sent via US Mail, FedEx, or similar methods, the address is: Bureau of the Public Debt., Division of Procurement, UNB 4th Floor, 200 Third Street, Parkersburg, WV 26106-5312 Anticipated award date is contemplated for December 30, 2005. Original documentation will be obtained following award. All offers received after this date will be considered non-responsive. Point of contact is Tony Frock, 304-480-7039; email: David.Frock@bpd.treas.gov. Interested Offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to franchiseprocurement@bpd.treas.gov.
 
Place of Performance
Address: Washington, DC, Metropolitan Area
 
Record
SN00950421-W 20051214/051212212304 (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 |
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.