Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
SOLICITATION NOTICE

R -- Professional Instructor Services - Journalism Conference - Performance Work Statement

Notice Date
9/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, 96376-5007
 
ZIP Code
96376-5007
 
Solicitation Number
HE1260-0250-8000
 
Archive Date
10/16/2010
 
Point of Contact
Sheila Riley, Phone: 6445885
 
E-Mail Address
sheila.riley@pac.dodea.edu
(sheila.riley@pac.dodea.edu)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement - Professional Instructor This is a posting 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; quotes are being requested and a written solicitation will not be issued. This solicitation, reference number HE1260-0250-8000, is issued as a Request for Quotation (RFQ). Description of Requirement: Professional Instructor Services for DoDEA Pacific Journalism Conference hired to work with the students and provide the essential baseline knowledge in their discipline to inspire, jumpstart and support students and DoDEA teachers on their creative journey. The period of performance is (October 23-29, 2010). The place of performance is in Tokyo, Japan Contract Line Item Numbers (CLINs): CLIN 0001: Professional Instructor Services - Journalism Conference. The contractor shall provide professional instructor services with hands-on practical application in their respective discipline IAW the Performance Work Statement (Attachment 1). Quantity: 7, Unit: Days. (Fee Per Day) CLIN 0002: Special Equipment/Supplies in support of Journalism Conference. Quantity: 1, Unit: Lot. CLIN 0003: Shipping Expenses for Equipment/Supplies. Quantity: 1, Unit: Lot. Note: CLINs not quoted will not be included in the resulting purchase order. Provisions and Clauses: The following provisions and clauses apply to this acquisition. FAR 52.212-1 Instruction to Offerors - Commercial Items (June 2008) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a 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. The following factors shall be used to evaluate offers: Technical Capability to meet the Government requirement in accordance with attached Performance Work Statement; Past Performance; and Price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009). The contractor must include a completed copy of this provision with their quote. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010) The following are applicable and is cited in the above clause: FAR 52.222-50 Combat Trafficking in Persons FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract FAR 52.232-18 Availability of Funds. FAR 52.252-2 Clauses Incorporated By Reference ( http://www.arnet.gov/far or http://farsite.hill.af.mil ) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) DFAR 52.203-3 Gratuities DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFAR 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFAR 252.222-7002 Compliance With Local Labor Laws (Overseas) DFAR 252.225-7041 Correspondence in English DFAR 252.232-7010 Levies on Contract Payments DFAR 252.233-7001 Choice of Law (Overseas) Clauses may be accessed electronically in full text through http://www.arnet.gov/far or http://farsite.hill.af.mil. All contractors/instructors must actively be registered with the Central Contractor Registration (CCR) (website: https://www.bpn.gov/ccr/ or https://www.ccr.gov/ ). Representations and Certifications may be accomplished online via the Online Representation and Certification Application (ORCA) at http://orca.bpn.gov. QUOTE SUBMISSION REQUIREMENTS: 1. A résumé of the proposed professional instructor(s). a. Full Name, Address and E-mail Address b. Chronological work experience that substantiates the skills and service(s) being quoted c. A minimum of three (3) professional references from professional colleagues familiar with the professional instructor's work and professional reputation Note: A sample of Work shall be made available upon request 2. A criminal background check from the state, local, or national government of the proposed professional instructor's current residence. Must be translated into English, if applicable. 3. Two letters of reference from previous clients/employers in the same field as the professional instructor. 4. Other items that support the professional instructor's professional portfolio. (e. g. transcripts indicating a degree in a specific discipline, etc.) 5. Any materials/requirements placed upon DoDEA-Pacific participating students shall be identified. (Note: Photography equipment for students will be provided for the students by the Government.) 6. Professional Instructor Fee: Fee for professional instructor service for 7-day journalism conference. (CLIN 0001 Fee Per Day) 7. An itemized list of any special equipment/supplies required by the professional instructor. This itemization shall include and identify the shipping costs. All equipment/supplies are subject to approval by the Government. Payment for approved items will occur upon completion of services. The Ship-To address is The New Sanno, 4-12-20 Minami Azzbu, Minato-ku, Tokyo 106-0047, Japan. (CLINs 0002 & 0003) 8. Offeror's Representations and Certifications as per FAR 52.212-3. AWARD PROCESS: The Government expects to award 1 or more firm-fixed price commercial purchase order(s) resulting from this combined synopsis/solicitation to the responsible offeror whose quote represents the best value based on technical capability, past performance, and price. Proposal evaluation(s) and award(s) for this acquisition will apply a streamlined approach conducted pursuant to FAR 12.602 and FAR 13.106-2. ATTACHMENT: Performance Work Statement All responsible sources may submit a quote via email NLT 1 Oct 2010, 12:00 PM, PST which will be considered by DoDEA-Pacific. Please send responses to sheila.riley@pac.dodea.edu.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/FPOAP/HE1260-0250-8000/listing.html)
 
Place of Performance
Address: The New Sanno, 4-12-20 Minami Azzbu, Minato-ku, Tokyo 106-0047, Japan, Japan
 
Record
SN02287373-W 20100919/100918000205-d5171c980b9e61a71f5c67499965396d (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.