Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2010 FBO #2972
SOLICITATION NOTICE

U -- Tool Safety Training

Notice Date
1/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ10T0002
 
Archive Date
2/3/2010
 
Point of Contact
Leroy Dawson, Phone: 202/606-7551, Doris Whiting, Phone: 202-606-7566
 
E-Mail Address
ljdawson@cns.gov, dwhiting@cns.gov
(ljdawson@cns.gov, dwhiting@cns.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Corporation for National and Community hereby issues a solicitation for safety training needed to safely and effectively use common tools found on project sites. This solicitation (CNSHQ10T0002) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38 effective December 10, 2009 and is issued as a combined synopsis/solicitation notice for commercial services. This requirement is 100% set-aside for small business. Small Business is defined as NAICS Code 611430 with annual receipts of $6.5M or less. A firm fixed price basic contract effort is anticipated. The Office of Procurement Services will evaluate proposals received based on Best-Value criteria. 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; proposals are being requested for Tool Safety Training; t o provide NCCC Atlantic Region Class XVI Corps Members and Team Leaders training needed to safely and effectively use common tools found on project sites such as Habitat for Humanity builds and other volunteer driven residential construction sites. The Tool trainings must prepare AmeriCorps members to safely use tools commonly found on residential construction projects. The trainings will include an introduction to tool safety, proper use of various tools commonly found on residential construction projects, vocabulary and terms used on construction sites, and how to properly care and maintain tools. Training should be provided to NCCC at a reasonable cost per participant and cover all costs associated with the training such as instructor travel, lodging, per-diem, training materials, training facility, supplies and any handouts or take-homes. PERIOD OF PERFORMANCE: One Base Year and three Option Years) Specific training dates during Period of Performance shall be coordinated between NCCC Atlantic Region POC and the successful bidder. STATEMENT OF WORK : Training shall include an 8 hour day; the bidder shall include all materials and supplies necessary for training; which shall include facilitators/trainers and all transportation, lodging, per-diem associated with trainers/facilitators and all training materials and supplies including a Training facility within 60 mile drive of Perry Point, MD 21902. •1.1 Train a minimum of 160 and maximum of 320 members in Tool Safety and Home Construction. •1.2 Provide the specific training on the following types of tools: Circular saws, reciprocating saws, chop saws, drills, hammers, crow bars (cat's paws and flat bars), tape measures, chalk lines, speed squares, levels, utility knives and tinsnips. •1.3 Provide training on the following stages/parts of home construction: framing (walls); roofing; windows, doors, siding and exterior trim; drywall and painting; insulating and sealing; finishing/hardware installation; demolition and an overview of foundations and floors. •1.4 Experiential training is a fundamental aspect of NCCC training programs. It is also requested that contractors provide hands-on, experiential training components to the training workshop (such as building a mock home wall or miniature house to apply the concepts taught during the lecture portion of the training workshop). •1.5 Training space shall be provided by contractor that allows approximately 40 members per day to be trained safely and effectively. •1.6 The bidder shall provide a 100% satisfaction guarantee for the services and must fully train and certify a minimum of 160 and maximum of 320 AmeriCorps NCCC members. COSTS : *January 21, 2010 8:00 AM - 5:00 PM. (Approximately 35 participants), $______ each. *February 23, 2010 8:00 AM - 5:00 PM. (Approximately 40 participants),$______ each. *February 24, 2010 8:00 AM - 5:00 PM. (Approximately 40 participants),$______ each *February 25, 2010 8:00 AM - 5:00 PM. (Approximately 40 participants),$______ each *February 26, 2010 8:00 AM - 5:00 PM. (Approximately 40 participants),$______ each *Additional 8 hour tool training dates to accommodate member enrollment over 160 if necessary. $______ each. * "Provide cost shall be provided for all option years" The solicitation incorporates solicitation clauses and provisions by reference, with the same force and effect as if they were given in full text. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order 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. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside, and Alternate II; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources shall include proposed personnel's name and qualifications that can meet the requirements that demonstrates their ability to perform these type training services; your bid shall also include location and price per participant. Please submit all questions in writing via email to ljdawson@cns.gov by 3:00 pm eastern standard time (est) January 14, 2010. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Bids are due no later than January 19, 2010, 12:00 pm Eastern Standard Time via email at ljdawson@cns.gov. Offers received after this date and time will not be considered for award. Proposals shall address the requirements of the Statement of Work (see enclosed) and evaluation criteria (to include proposed personnel's name and qualifications. Offers may also be faxed to (202) 606-3488 or emailed to ljdawson@cns.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ10T0002/listing.html)
 
Record
SN02039314-W 20100113/100111234543-d60c79e36d462f135d891e83100f43df (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.