SOLICITATION NOTICE
U -- Shipboard Barber Training in Pearl Harbor, HI - Attachment 2 - Attachment 3 - Attachment 1
- Notice Date
- 9/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611511
— Cosmetology and Barber Schools
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- 1300130964
- Archive Date
- 10/14/2009
- Point of Contact
- Eric Pfefferkorn, Phone: 407-380-4565
- E-Mail Address
-
eric.pfefferkorn@navy.mil
(eric.pfefferkorn@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work CDRLs Training Course Control Document (TCCD) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation 1300130964 is issued as a Request for Quotation (RFQ) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-35. The FSC Code is U099, and the NAICS Code is 611511. All responsible parties may submit a quotation which, if timely received, will be considered by the Agency in accordance with this solicitation and FAR 52.212-1, Instructions to Offerors – Commercial Items, and is tailored, as follows: paragraph (b) (10) and paragraph (e) are deleted. The following item is required: Five (5) each convenings of a Shipboard Barber training course, CIN: A-840-0013. Scope of Work The contractor shall provide the facility and instructional services, to include the personnel, supervision, management, materials, and instructional technology needed to conduct training of students to the specified completion criteria identified within the course objectives in the course described in Table “A” of the Statement of Work (see attachment 1), the Training Course Control Document (TCCD) (see attachment 2), and the Contract Data Requirements Lists (see attachment 3). Attachments and this solicitation can be viewed at http://nawctsd.navair.navy.mil/EBusiness/BusOps. GOVERNMENT FURNISHED INFORMATION (GFI) consisting of the actual course curriculum, student and instructor guides, handouts, etc, shall be provided to the contractor to support the implementation of the training for each student. The contractor shall be responsible for safeguarding, copying, and providing all copies of the course text to students. GOVERNMENT FURNISHED PROPERTY (GFP) consisting of student barber kits will be provided to the contractor. These will be for the use of the Navy students during the course only. The contractor shall be responsible for the security of the barber kits. The course will be taught at contractor’s facilities. The contractor’s training facility must be located within a one hour driving commute from the front gate of Naval Station Pearl Harbor, HI. The contractor's instructors shall have at least three years of documented military or licensed civilian instructor experience in related type courses to include, but not limited to, either Barbering and/or Cosmetology. This effort is subject to the Service Contract Act, therefore, the Department of Labor Wage Determination No.: 2005-2153, Revision No.: 10 (05/26/2009) applies (see attachment 4). Scheduling This course will only have five convenings with a maximum class size of 2 students. The course is 20 days in length. The period of performance is for the following classes: November 11, 2009 – December 18, 2009 January 13, 2010 – February 19, 2010 March 10, 2010 – April 16, 2010 May 12, 2010 – June 18, 2010 July 14, 2010 – August 20, 2010 Evaluation Criteria The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following evaluation criteria shall be used as addenda to FAR 52.252-2: The Government intends to evaluate offers and award a contract without discussions with offerors. The Government will award a Firm, Fixed Price commercial contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Best value is expected to result from the selection of the technically acceptable quote with the lowest evaluated price. The following factors shall be used to evaluate offers: Factor 1 – Technical Capability Factor 2 – Price Evaluation Process: 1. Each proposal that meets the requirements of this solicitation will be evaluated. Evaluations are based on the Offeror’s Proposal Package. 2. All factors shall be evaluated on the completeness, conciseness, and relevance of information provided, as stated in this solicitation. 3. The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all Offerors; and to award a contract to the offeror submitting a proposal determined by the Contracting Officer to be most advantageous to the Government, cost or price or other factors considered. Factor 1: Technical Capability In order to be considered for award, the offeror’s technical proposal must be rated as acceptable. To be determined technically acceptable, the offeror must demonstrate in their quote that they can meet the requirements as stated in section 3.1 and 3.2 of the SOW. Failure to submit any of the listed requirements will result in the offeror's technical proposal being determined technically unacceptable. Factor 2: Price Only price proposals submitted by offerors whose technical proposals are determined to be technically acceptable will be considered for evaluation. Proposed prices will be evaluated using the price analysis techniques prescribed in FAR 13.106-2 to determine price reasonableness. The standard is met when the price is determined fair and reasonable in accordance with FAR 12.209. Applicable Clauses & Provisions In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed clauses and provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those clauses and/or provisions, the offeror may identify the clause and/or provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation clause or provision may be accessed electronically at this address(es): www.farsite.hill.af.mil. Offers shall include a copy of the provision at FAR 52.212-3, “Offeror Representations and Certifications – Commercial Items (July 2009)” with their quotation. In addition, offerors shall include a completed copy of the provision at DFARS 252.212-7000, “Offeror Representations and Certifications – Commercial Items” with their quotation. FAR 52.212-4, “Contract Terms and Conditions – Commercial Items” is incorporated by reference and applies to this acquisition and resulting purchase order. The clause at 52.212-5, “Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (June 2009)”, applies to this acquisition, specifically the FAR clauses in paragraphs (a), (b), and (c), as follows: 52.219-6Notice Of Total Small Business Set-AsideJUN 2003 52.219-8Utilization of Small Business ConcernsMAY 2004 52.222-3Convict LaborJUN 2003 52.222-21Prohibition Of Segregated FacilitiesFEB 1999 52.222-26Equal OpportunityMAR 2007 52.222-36Affirmative Action For Workers With DisabilitiesJUN 1998 52.222-41Service Contract Act of 1965, as AmendedNOV 2007 52.222-44Fair Labor Standards Act and Service Contract Act-Price AdjustmentFEB 2002 52.225-13Restrictions on Certain Foreign PurchasesJUN 2008 52.232-33Payment by Electronic Funds Transfer--Central Contractor RegistrationOCT 2003 52.233-3Protest After AwardAUG 1996 52.233-4Applicable Law for Breach of Contract ClaimOCT 2004 The following FAR/DFARS provisions and clauses are incorporated by reference and apply to this acquisition: 52.204-7Central Contractor Registration APR 2008 52.212-1Instructions to Offerors--Commercial ItemsJUN 2008 52.212-2Evaluation – Commercial ItemsJAN 1999 52.212-3 Offeror Representations and Certifications – Commercial Items Alternate IJUL 2009 52.212-4 Contract Terms& Conditions--Commercial ItemsMAR 2009 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial ItemsJUN 2009 52.219-1Small Business Program RepresentationsMAY 2004 52.225-18Place of ManufactureSEP 2006 52.252-2Clauses Incorporated by ReferenceFEB 1998 252.212-7000 Offeror Representations and Certifications – Commercial ItemsJUN 2005 252.212-7001 Contract Terms And Conditions Required to Implement Statutes Or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (Deviation) JUL 2009 252.232-7003 Electronic Submission of Payment RequestsMAR 2008 252.247-7023 Transportation Of Supplies By Sea MAY 2002 For full text clauses visit http://farsite.hill.af.mil/VFFARA.HTM part 52 for FAR clauses; http://farsite.hill.af.mil/vfdfara.htm subpart 52 for DFARS clauses; and http://www.navair.navy.mil/doing_business/open_solicitations/clauses.cfm for NAVAIR clauses. The DPAS rating for this solicitation is N/A. Quotes are due at 1:00 PM EST on September 29, 2009, and may be made by email to eric.pfefferkorn@navy.mil or FAX to (407) 380-4164 to the attention of Eric Pfefferkorn or mailed to the following: NAWCTSD, Attn: Eric Pfefferkorn, Code 25332, 12350 Research Parkway Orlando, FL 32826-3224. Estimated award date is October14, 2009. For information regarding this solicitation, contact Eric Pfefferkorn at (407) 380-4565.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/1300130964/listing.html)
- Place of Performance
- Address: Pearl Harbor, Hawaii, 96813, United States
- Zip Code: 96813
- Zip Code: 96813
- Record
- SN01955699-W 20090917/090916002046-95b165663f3c72bb1c966ca8124f5d9f (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 |