Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

U -- Reasonable Accommodations Training - RFP and Attachments

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
 
ZIP Code
20816-5003
 
Solicitation Number
HM017711T0068
 
Archive Date
8/16/2011
 
Point of Contact
Candace I. Johnson, Phone: 571-557-2434, Scott Stallsmith, Phone: 301-227-7842
 
E-Mail Address
Candace.I.Johnson@nga.mil, Scott.L.Stallsmith@nga.mil
(Candace.I.Johnson@nga.mil, Scott.L.Stallsmith@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria Prohibited Items QASP PWS RFP Instructions for the submissions of Offers and Other Information: 1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and 13, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. 2. All responsible small business sources may submit a proposal in response to this Request for Proposal (RFP). The closing date for receipt of proposals is August 1, 2011 7:00 a.m. Eastern Standard Time (EST). All responses to this RFP, questions/comments shall be submitted via email to Candace I. Johnson (Candace.I.Johnson@nga.mil). No telephone responses will be accepted. LATE OFFERS: Offerors are reminded that e-mail transmissions of a proposal/offer after closing date and time will not constitute a timely submission and WILL NOT be accepted. Questions shall be submitted by July 21, 2011, 12:00 pm EST. Answers will be submitted in an amendment via the Government Point of Entry, the Federal Business Opportunities website (FBO.gov). a. Performance Work Statement: See attachment 1 3. Multiple Training Locations: NGA East Washington, DC Metropolitan area NGA West St. Louis, MO Metropolitan area NOTE: A submission larger than 3MB cannot be received. If submissions are larger than 3MB offeror's may do so in multiple submissions. 4. The Government anticipates awarding a 12 month base plus four one-year options Firm-Fixed-Price contract to an offeror whose proposal represents the best value to the Government. 5. Proposals. The Government will review and conduct a Best Value - Trade-Off evaluation (see Attachment 4 for Evaluation Criteria) of each proposal. All proposals will be screened for compliance with RFP instructions and to ensure proposals are from a responsible source. a. The Government intends to evaluate responses and award an order without discussions. Therefore the responses to the RFP should contain the offeror's best offer. The Government reserves the right to hold discussions if the Contracting Officer determines that it's in the Government's best interest. If award will be made without discussions, offerors may be given the opportunity to clarify certain aspects of proposals or resolve minor or clerical errors. b. The offeror must meet the general standards for a responsible prospective contractor as set forth in FAR 9.104-1(General standards) in order to be considered for award. c. All vendors must be registered in the Central Contractor Registry (CCR) http://www.ccr.gov and in the Online Representations and Certification Application (ORCA) https://orca.bpn.gov/ as a small business with the specified NAICS code prior to the solicitation close date to be considered. 6. Instructions for the submissions of Offers. To aid in evaluation, it is desired that each proposal volume follow the same general format. All proposals shall contain a Title Page, a Table of Contents, and a cross-reference matrix of the proposal to the respective Performance Work Statement requirements and to the respective evaluation criteria. No volume shall exceed 30 pages including: illustrations, charts and title pages, table of contents, indices, and glossaries. Page size shall not exceed 8.5x11. Type shall be font size 12pt, Times New Roman. Sample material may be included as an attachment that will not be included in the page limit. All proposal submissions shall be marked UNCLASSIFIED. 7. Proposal Requirements: All offerors competing for award are required to provide the quote information specified in this RFP, for evaluation. The proposal shall be prepared and submitted in two separate volumes as follows: 1- Technical: The technical approach shall include information/documentation regarding the items quoted in sufficient detail to clearly identify the offeror's understanding and qualifications to accomplish the required work in the Performance Work Statement (PWS). Also included in this volume is Past Performance information, the offeror shall include a minimum of three (3) and a maximum of ten (10) federal government references. Please include contract numbers and government points of contact, including names and current contact information. Also, include any reports from the government and/or other evidence of performance. In addition, the technical volume must include Personnel Requirements including resumes, and a narrative which demonstrates that the offeror understands the requirement and shows the offeror's overall qualifications to accomplish the required work. 2- Price In the price volume, the offeror must include a statement that it either (a) agrees to the terms and conditions of this RFP or (b) it takes exceptions to any terms and conditions of the RFP, and clearly identifies those exceptions. Objections to any of the terms and conditions of this RFP may be considered by the Government to be unacceptable. This section must contain a statement that Offeror's acceptance period is valid for 90 calendar days for the date of receipt by the Government In addition, the price volume of the proposal shall include any supporting information needed to understand the basis for pricing the offer. The Government may reject any proposal, which is materially unbalanced as to prices. An unbalanced proposal is one which is based on prices significantly less for some work and prices which are significantly overstated for other work. An offeror's proposal is presumed to represent best efforts to respond to the RFP. Any inconsistency between promised performance and price should be explained in the price volume of the proposal. Vendors are required to provide a unit price for each course that includes all course material and travel as specified in the PWS as well as a total Contract Line Item Number (CLIN) price for the base as well as each option year. 8. Basis for Award: The Government will evaluate the offeror's ability to address all aspects of the PWS, dated 23 June 2011. The Government will make award to the offeror(s) whose proposal conforms with the RFP and represents the best value to the Government based on the evaluation criteria set forth in attachment 4.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/508ba1461e9ca23e6399b4bb8ab32d51)
 
Place of Performance
Address: 7500 GEOINT Drive, Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN02497834-W 20110715/110713235454-508ba1461e9ca23e6399b4bb8ab32d51 (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.