SOLICITATION NOTICE
U -- SUICIDE PREVENTION TRAINING
- Notice Date
- 5/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-07-Q-0061
- Response Due
- 6/12/2007
- Archive Date
- 8/11/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes ar e being requested and a written solicitation will not be issued. Solicitation number W91248-07-Q-0061 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular 2005-17. Acquisition is Unrestricted. The NAICS Code is 611699 and the small business size standard is $6.5M. The Offer Schedule, Performance Work Statement (PWS), and Wage Determination can be accessed at website http://www.campbell-doc.army .mil. Performance period is estimated for a period of approximately 6-months with an estimated four (4) training classes of approximately 35 attendees each class during the 6-months period. First class is anticipated to start on or about 15 June 2007. D ates will be arranged with the successful offeror after award. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted; Paragraph (b)(10), the followi ng text is added, Submit names and address of proposed instructors showing qualifications and experience in teaching suicide prevention; financial and customer references (name of financial institution where business bank account is located, supplier nam es where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of the services provided, the length of the contract or agreement, and the dollar value of contracts/ agree ments within the past three (3) years. This information will be used to determine responsibility for the successful offeror. This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in informatio n - www.gsa.gov); 52.216-1 Type of Contract (Fill-in information, firm fixed-price; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 EvaluationCommercial Items is applicable; evaluation factors are Techni cal (consisting of Qualifications/Experience and Availability) and Price. Qualifications/ experience sub-factor is slightly more important than Availability sub-factor; when Qualifications/experience and Availability are combined, Technical Factor is equa l to Price. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be registered in CCR (Cent ral Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial Items, and DFARS Provis ion 252.212-7000 Offeror Representations and CertificationsCommercial Items, with offers or a statement that these documents can be accessed at the ORCA website. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acqu isition, and is addended to incorporate the following clauses: 52.228-5 InsuranceWork on a Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information www.gsa.gov); 252.204-7000 Disclosure of Information ; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the foll owing additional FAR clauses cited within the clause also apply: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Monetary Wages-Fringe Benefits: Technical Instructor, #15090, $14.42 - $3.28). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Or ders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 252.232-7000 Electronic Submission of Payment Requests; 252.243-7002 Certification of Request s for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. Offers are due not later than 4:00 P.M. 4 June 2007. All responsible concerns may submit an offer which will be considered by the agency. Submit offers to Ar my Contracting Agency Southern Region, Directorate of Contracting, ATTN: June Fletcher-Schiewe, 2172 13 ? Street, Fort Campbell, KY 42223-5358. Point of Contact is Ms. Fletcher-Schiewe, 270-798-3441, june.schiewe@us.army.mil.
- Place of Performance
- Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 ? & Indiana Streets Fort Campbell KY
- Zip Code: 42223-1100
- Country: US
- Zip Code: 42223-1100
- Record
- SN01299587-W 20070523/070521235905 (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 |