Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SOLICITATION NOTICE

U -- LEED-AP Workshop - Attachment A

Notice Date
12/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00032
 
Archive Date
1/6/2010
 
Point of Contact
Erin Shaulis, Phone: 202 447-5911, Patrick J Kennedy, Phone: 202 447-5478
 
E-Mail Address
erin.shaulis@dhs.gov, patrick.kennedy@dhs.gov
(erin.shaulis@dhs.gov, patrick.kennedy@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment B Statement of Work Attachment A Schedule of CLINS (i) This is a combined synopsis/solicitation for instructor-led computer security certification classroom training and testing prepared in accordance with Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested a written solicitation will not be issued. The Government intends to award Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-10-Q-00032. This requirement is issued as a Request for Proposal (RFP). (iii) This RFP and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. (iv) This solicitation is set aside for small business. The associated North American Industry Classification System (NAICS) code is 611430 and the Small Business size standard is $7,000,000. (v) The Contract Line Item Numbers, Items, Quantities, and Unites of Measure are: See Attachment A (Schedule of CLINS). The anticipated date for contract award is December 28, 2009. (vi) Statement of Work: See Attachment B (Statement of Work). (vii) Date of delivery and acceptance: The LEED-AP workshop will be conducted during the Chief Administrative Officer (CAO) Forum scheduled for January 20 - 22, 2010. The date for the workshop is tentatively set for January 21, 2010 however the Contractor should be prepared to give the training any day during the CAO Forum; Omni Shoreham Hotel, 2500 Calvert Street NW, Washington, DC 20008. (viii) The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial classification System (NAICS) Code; Contact name; Contract Email Address; Contract Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contract information of at least two relevant past performance references. Each Offeror shall submit Pricing as a separate document, in the format identified in Attachment A. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis. Vendors will be evaluated for their adherence to the stipulations set forth in this solicitation, and award will be made to the vendor with the lowest price technically acceptable quote. In order to be considered "technically acceptable," vendors must be authorized by the United States Green Building Council's Education Provider Program to teach LEED-AP. Evidence of this authorization should be included in the response to this solicitation. Vendors competing for this award must also be active members of the Central Contractors Registration as of the response due date for this solicitation. (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. The Federal Acquisition Regulation requires Offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The Offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (JAN 2009); 52.217-8 Option to Extend Services (NOV 1999), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999); 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.222-41 Service Contract Act of 1965, as Amended (JULY 2005); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer's Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocation System (DPAS) - N/A (xv) Offers are due no later than December 22, 2009 - 10:00 AM Eastern Standard Time (EST) and must be submitted electronically (via email) to the individuals noted in section "xvi". A separate solicitation document is not available. Any requests for additional information or explanations concerning this request must be received no later than 2:00 pm (EST) on Tuesday, December 15, 2009. These requests should be submitted electronically to Patrick.Kennedy@dhs.gov, and Erin.Shaulis@dhs.gov or by facsimile to (202) 447-5545. (xvi) For more information regarding this solicitation please contract Erin Shaulis, Contract Specialist, (202) 447-5911 / Erin.Shaulis@dhs.gov or Patrick Kennedy, Contracting Officer at (202) 447-5478 / Patrick.Kennedy@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00032/listing.html)
 
Place of Performance
Address: Omni Shoreham Hotel, 2500 Calvert Street NW, Washington, District of Columbia, 20008, United States
Zip Code: 20008
 
Record
SN02022071-W 20091213/091211235027-4e9bec47f6f54c7709a4a3c98e612c1e (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.