SOLICITATION NOTICE
U -- Prepare and teach one session of Security Forces course WCIP07A - SOW
- Notice Date
- 4/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-10-R-7936
- Archive Date
- 9/1/2010
- Point of Contact
- Brenda M. Hicks, Phone: 9376567389
- E-Mail Address
-
brenda.hicks@wpafb.af.mil
(brenda.hicks@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The Request for Proposal (RFP) number is FA8604-10-R-7936. The Air Force is issuing this solicitation for the procurement to teach a one session of Security Forces course WCIP07A Resources Protection/Crime Prevention Theory, Practice and Management for HQ AFSFC. See the attached Performance Work Statement (PWS). The course session must be taught by 31 July 2010. EVALUATION: An award will be made to the Lowest Price Technically Acceptable (LPTA) responsible offeror who responds to the items included in this Combined Synopsis Solicitation and PWS (FAR 52.212-2, technical acceptability and price). Technical acceptability and price are considered equal, however; offeror not rated technically acceptable will be eliminated from competition and will not be considered for award. The Government anticipates proposals will be evaluated, and an award made, without discussions with the offerors. Offerors must submit the following information: Submit at least three applicable customer references currently in progress or completed no later than three years prior to the issue date of this combined synopsis solicitation. This solicitation and incorporated clauses/provisions are those in effect through Federal Acquisition Circular Fac 2005-40, Effective 23 March 2010& & Class Deviation 2009-O0009, DFARS Current to Change Notice 20100324 Edition. This solicitation incorporates the following clauses/provisions by reference: Federal Acquisition Regulation (FAR) 52.204-7, 52.212-1, 52.212.2, 52.212-3, 52.212-4, 52.212-5, Department of Defense FAR Supplement (DFARS) 252.204-7004 - Alternate A, 252.211-7003, 52.212-7000, 252.212-7001, 252.227-7013, and 252.227-7014. The below clause is included in full text: AF 5352.201-9101 OMBUDSMAN (AUG 2005) (a) Mr Howard E. Marks Jr., ASC/AQH, has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendation to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Howard E. Marks Jr. Chief, Acquisition Center of Excellence Aeronautical Systems Center 1755 11th St, Bldg 570, Room 101 Wright-Patterson AFB, OH 45433-7404 howard.marks@wpafb.af.mil Voice Number: 937-255-8642 (DSN 785-8642) Fax Number: 937-656-7193 (DSN 986-7193) Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Please note if manufacturer requires a license agreement to be signed by government, the terms and conditions of that agreement are required to be in compliance with all Federal Laws, Statutes, and the Federal Acquisition Regulation. Therefore, please modify accordingly and submit with your quote. - NAICS Code: 611430 - Size Standard: $7,000,000.00 Please see the attached Performance Work Statement Proposals/quotes shall be sent via mail to ASC/PKESM, Attn: Brenda Hicks, 2275 "D" Street, Bldg 16 Room 128, Wright-Patterson AFB, OH 45433-7228 for receipt not later than 4:00 PM Eastern Standard Time 11 May 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-10-R-7936/listing.html)
- Record
- SN02132097-W 20100428/100426234817-b4dbac807c0963d7a1992ef3ddaca5fe (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 |