MODIFICATION
U -- PRE-DEPLOYMENT COUNTERINSURGENCY TRAINING FOR AFPAK HANDS
- Notice Date
- 7/12/2011
- Notice Type
- Modification/Amendment
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-11-T-Seminar
- Archive Date
- 7/12/2011
- Point of Contact
- Beverly J Williams, Phone: 703-767-1192
- E-Mail Address
-
Beverly.J.Williams@dla.mil
(Beverly.J.Williams@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as applicable, and 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49 and DFAR Change Notice 20091123. The solicitation number is [SP4705-11-R-AFPAK] and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The contractor shall develop and conduct 6 four-day seminar course of instruction for approximately 60-80 students that provides a foundation in counterinsurgency (COIN) theory, concepts and addresses the complexities of COIN in Afghanistan. The required start date of the first training date is in July. See the attached for the exact dates. The associated North American Industrial Classification System (NAICS) code for this procurement is [611710] with a small business size standard size of $7.0 million. This requirement is set-aside 100% for small businesses. Only qualified offerors registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. Award will be based on the lowest price technical acceptable from a responsible and responsive contractor. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. This requirement is FOB Destination. No exception to FOB Destination will be considered. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx. Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items (Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. Registration is free and can be completed on-line at http://www.ccr.gov/. REVISED - Proposal must provide pricing for each CLIN and total: CLIN 0001 COIN Training Seminar/Workshop July 25-28 (See paragraph 2.2 of the SOW) CLIN 0002 COIN Training Seminar/Workshop August 1-5 (See paragraph 2.2 of the SOW) CLIN 0003 COIN Training Seminar/Workshop August 16-19 (See paragraph 2.2 of the SOW) CLIN 0004 COIN Training Seminar/Workshop August 23-26 (See paragraph 2.2 of the SOW) CLIN 0005 COIN Training Seminar/Workshop Sept 12-16 (See paragraph 2.2 of the SOW) CLIN 0006 COIN Training Seminar/Workshop Sept 26-29 (See paragraph 2.2 of the SOW) CLIN 0007 Handbooks/Materials (See paragraph 2.1 and 2.11 of the SOW) Total 52.212-2 -- Evaluation -- Commercial Items. (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 Government will use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (i) Technical: Offers must demonstrate its ability to provide the required training. Proposal must include resume of those providing the training. The proposal must also include past performance of training provided under previous contracts. (ii) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (iii) Delivery: Offerors must be available to provide training on the required dates. (iv) Responsibility: Offerors must meet the standard for FAR 9.104. (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. (End of provision) All quotes submitted shall be the Offeror's best price. The Government reserves the right to award the contract on initial quotes. Proposals will be due by Monday, July 18 at 10:00 a.m., Eastern Standard Time. RFP must reference Solicitation number SP4705-11-R-AFPAK. All responsible sources may submit a quote, which if timely received, shall be considered by the agency. Proposals submitted in response to this announcement shall be received via email and via mail. Email response to beverly.j.williams@dla.mil. Hardcopies of proposal must be received via mail at Defense Logistics Agency, 8725 John J. Kingman Road, Suite 1145, ATTN: Beverly J. Williams, Fort Belvoir, VA 22060. One original of the proposal must be received. One technical copy which excludes the company name must be received. The technical copy shall provide the required information to determine technical acceptable. SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following information: 1. The Request for Quote Number (RFQ SP4705-11-R-AFPAK); 2. Schedule of Items with Pricing (Pricing must address all CLINs mentioned above); 3. Contractor's Cage Code, DUNS Number and Taxpayer Identification Number; 4. Resume of those who will provide training, 5. Past experience which demonstrates the company's ability to provide the required training as identified in the Statement of Work, and 6. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2005) if it differs from the company's electronic annual representations and certifications at http://orca.bpn.gov. Offers received after the response date and time will not be considered. RFPs shall address the requirements of the Statement of Work (see attachment). Any proposal received which are not FOB Destination will be considered nonresponsive to the requirement. If you should have any questions concerning this request, please contact Beverly J. Williams via email only at beverly.j.williams@dla.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-07-12 18:04:36">Jul 12, 2011 6:04 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-07-12 18:24:00">Jul 12, 2011 6:24 pm Track Changes The purpose of this Amendment is to correct the dates for the courses, reopen the solicitation to increase competition and to revise the period of performance, incorporate technical requirements, extend response time to July 18, 2011 @ 1000 EST, and set-aside 100% small business. Proposal must provide pricing for each CLIN and total: CLIN 0001 COIN Training Seminar/Workshop July 25-28 CLIN 0002 COIN Training Seminar/Workshop August 1-5 CLIN 0003 COIN Training Seminar/Workshop August 16-19 CLIN 0004 COIN Training Seminar/Workshop August 23-26 CLIN 0005 COIN Training Seminar/Workshop Sept 12-16 CLIN 0006 COIN Training Seminar/Workshop Sept 26-29 CLIN 0007 Handbooks/Materials Total All proposals submitted must address the technical requirements. Resume submitted must include proof of credentials. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE SUBMITTED WITHIN THE NEXT TWO DAYS IN WRITING. HARDCOPY OF PROPOSALS MUST BE SUBMITTED ON OR PRIOR TO RESPONSE DATE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-T-Seminar/listing.html)
- Record
- SN02495592-W 20110714/110712234438-6aec2b10d808f9d50cc2de36dd482946 (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 |