Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

U -- OPNAV N80 PPBE Training Services

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK PHILADELPHIA OFFICE, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-Q-Z128
 
Response Due
9/4/2007
 
Archive Date
9/30/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ); the complete Performance Work Statement (PWS), Contract Data Requirements List (CDRLs), and format required for providing Line Item Pricing can be found at the above listed NECO website, or it can be provided to the quoter upon request. The RFQ number is N00189-07-Q-Z128. The requirement is for Planning Programming Budgeting and Execution (PPBE) Training Services to be provided to the Office of the Chief of Naval Operations (OPNAV) Government employees, military and civilian, as well as contractors, at the Pentagon in Washington D.C. The NAICS code is 611430 and the Small Business Standard is $6.5M. This is a competitive, unrestricted action. The FISC Norfolk Philadelphia Contracting Office requests responses from qualified sources capable of providing the required PPBE Training Services, as detailed in the PWS and CDRLs. Period of performance is twelve (12) months and anticipated to begin on or before 28 September 2007. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-19 and DFARS Change Notice 20070802. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, and 52.247-64. Quoters are reminded to include a completed copy of 52.212-3 and it?s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 52.204-7, Central Contractor Registration, 52.233-3, Service of Protest, 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, 252.232-7019, 252.232-7003, and 252.243-7002. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - with past performance more important than price. All quotes shall include price(s), payment terms, and a point of contact (POC), name and phone number. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the PWS in this solicitation, and have been performed for Federal, State or local Governments, and for commercial firms. Relevancy is determined at the discretion of the Government, and shall be based on experience in supporting the PPBE process and providing instruction to Government employees. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. This announcement will close at 1200 hours, local Philadelphia, PA time, on 4 September 2007. Contact the Contract Specialist, Ms. Caitlin Horn who can be reached at 215-697-9675 or email Caitlin.horn@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. There are no Numbered Notes for this solicitation. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. All quotes shall be submitted to the POC via email at Caitlin.horn@navy.mil
 
Record
SN01383298-W 20070825/070823222520 (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.