Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

U -- Training and Certification Services

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
N65886-07-T-0001
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation/RFQ Number is N65886-07-T-0001 and closes 20 September 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11 dated 05 July 2006 and Defense Federal Acquisition Regulations Supplement Revision 20060711. Solicitation Number N65886-07-T-0001 is issued as a Request for Quotation (RFQ). This action is being pursued as a full and open competition. It is not a small business set-aside. The associated North American Industry Classification Systems (NAICS) code for this requirement is 541618 with a size standard of $6.5M. he Navy anticipates negotiating a one (1) year contract for the period of performance. The contract type will be a firm-fixed commercial simplified acquisition purchase (SAP). The contract line item number (CLIN) and description for this procurement are as follows: CLIN 0001 Forklift Certification Training, CLIN 0002 Contract Data Requirements List (CDRLS). The tasking includes the following:TRAINING AND CERTIFICATION SERVICES IN THE AREAS OF FORKLIFT OPERATION, COMPONENT PARTS PROTECTION/MATERIAL HANDLING, CRANE OPERATION, AND HOLE QUALITY/COLD WORKING/FORCEMATE/FORCETEC PROCEDURES The Contractor shall submit to the Government proof of certification for all intended instructors. The Contractor shall be responsible for delivering the products and services specified in the PWS and the Contract Data Requirement List (CDRL). All documentation for this project shall be the exclusive property of the Government and shall be delivered to the Government in the format and at the time specified in this document or the CDRL. The Contractor agrees to ensure the proper and authorized use of the Government-furnished utility vehicle and acknowledges liability for damages occurring during its use. The Contractor will return all Government Furnished Equipment (GFE) and Government Furnished Material (GFM) to the Government within thirty (30) days of the expiration of this order in the same condition as received. In accordance with FAR 52.212-1 INSTRUCTION TO OFFERORS ? COMMERCIAL ITEMS (JAN 2006) is incorporated by reference and applies to this acquisition. The provisions at FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) does not apply to this acquisition. The Government may award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforms to the technical requirements of this solicitation and is determined to have offered the lowest cost. Offeror shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2006) ALT I (APR 2002) with its quote. FAR 52.214-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (SEP 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OE EXECUTIVE ORDERS ? COMMERCIAL ITEMS (JUN 2006) applies to this acquisition. The following FAR clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerors ? Commercial Items (JUN 2006); FAR 52.212-3 Offerors Representations and Certification ? Commercial Items (JUN 2006); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SEP 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (JUN 2006); FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JAN 2006); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (APR 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans. Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001); FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006); FAR 52.227-1 Authorization and Consent (JUL 1995); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.242-13 Bankruptcy (JUL 1995); FAR 52.243-5 Changes and Conditions (APR 1984); FAR 52.244-6 Subcontractors for Commercial Items (FEB 2006); FAR 52.246-1 Contractor Inspection Requirements (APR 1984; DFAR 252.212-7000 Offerors Representations and Certifications-Commercial Items (JUN 2005) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); DFARS 252.225-7000 Buy American Act-Balance of Payment Program Certificate (JUN 2005); DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (Jun 2006); 5252.201-9501 Designation of Contracting Officer?s Representative (COR) (OCT 1994); 5252.211-9507 Period of Performance (NAVAIR) (MAR 1999); 5252.232-9504 Instructions to Paying Office (NAVAIR) )MAY 2006); 5252.232-9513 Invoicing Instructions and Payment (WAWF INSTRUCTIONS) (NAVAIR) (MAR 2006); 5252.242-9511 Contract Administration Data (NAVAIR) (JUN 2006); 5252.243-9504 Authorized Changes Only By The Contracting Officer (NAVAIR) (JAN 1992); 5252.247-9514 Technical Package Instructions (NAVAIR) (SEP 1999); 52.228-5 Insurance--Work On A Government Installation (JAN 1997). Proposals shall be submitted on 81/2 X 11-inch paper with printing on one side only. The proposal should be single-spaced with margins at one inch (right, left, top, and bottom). One proposal and three copies shall be received at the below address by hard copy or email no later than the closing date. FAR provision 52.212-3 and/or DFARS 252.225-7000 provision shall be submitted with the offeror?s proposal. Offerors must be registered in the Central Contractor Registration (CCR). Lack of registration in the CCR will make offeror ineligible for award. Information may be obtained by calling 888-227-2423 or via the Internet at www.ccr.gov. Proposals are due by 4:00 PM EST, 20 September 2006 to NAVAIR Depot Jacksonville, Contracts Management Office (Code 2.5.1.6.4), Cecil Commerce Center, 6206 Aviation Avenue, Room 120, Jacksonville, Florida 32212-1812. ATTN: Jennifer Reeder, Email: jennifer.reeder@navy.mil. Further inquiries regarding this notice or requests for a copy of the CDRLs, Performance Statement of Work, and Performance Standards for this effort will be posted on the NAVAIR Website Doing Business Link at: http://www.navair.navy.mil under Solicitation Number N65886-07-T-0001. Upon reaching the home page select Doing Business location at the top left portion of the page followed by Doing Business with Us, Open Solicitation, and enters the solicitation number. Questions should be directed via email to Jennifer.reeder@navy.mil; telephone 904-317-1987 or fax 904-317-1991.
 
Place of Performance
Address: Naval Air Depot Jacksonville, Jacksonville, FL
Zip Code: 32212
Country: UNITED STATES
 
Record
SN01134214-W 20060907/060905221031 (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.