Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOLICITATION NOTICE

U -- COMBINED SYNOPSIS/SOLICITATION

Notice Date
10/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700412T0009
 
Response Due
11/25/2011
 
Archive Date
4/30/2012
 
Point of Contact
Dorothy Shirley 229-639-6762
 
Small Business Set-Aside
Total Small Business
 
Description
U0 Lectures for Training SOLICITATION NUMBER: M67004-12-T-0009 TITLE: LEADERSHIP TRAINING SOLICITATION CLOSES: 25 Nov 2011 at 4:30PM Eastern Standard Time This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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 2005-32 and Defense Acquisition Circular 91-13.THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% set-aside for Small Business. The Marine Corps Logistics Command (MCLC) Albany, GA intends to solicit and award a firm fixed price contract for this requirement based on the attached Statement of Work. All incidentals, course material, and travel shall be included in the overall proposal pricing. No additional fees will be reimbursed. The service will be solicited and awarded as commercial item in accordance with procedures prescribed in FAR Parts 12 and 13.5. The North American Industry Classification Standard (NAICS) code 611430, Professional and Management Development Training applies; Size Standard $7.0 million. The government reserves the right to make one, multiple, or no award resulting from this solicitation. Notes: 1.Delivery to: Marine Corps Logistics Command, Maintenance Center, Barstow, CA 92311-5015. FOB Destination pricing is required. Offeror agrees to hold price firm for 120 days. 2.IAW Section 6.1 of Performance Work Statement, contractor is to provide their Quality Control Program with their proposal. CLIN 0001: Five week ½ day sessions (4 hours per day), Leadership and Development Training in accordance with attached Statement of Work. Training shall be tailored to Government employees. The unit price shall include the instructional fee and course material for all participants. Also, unit price is to include travel costs. CLIN 0001AA: Qty 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 31 Oct thru 3 Nov 2011 CLIN 0001AB: Qty 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 12 Dec thru 15 Dec 2011 CLIN 0001AC: Qty: 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 9 Jan 2012 thru 12 Jan 2012 CLIN 0001AD: Qty: 1; Unit Issue: Lot; Unit Price: Amount: Period of Performance: 6 Feb thru 9 Feb 2012 CLIN 0001AE: Qty1; Unit Issue: Lot; Unit Price:Amount: Period of Peformance: 5 Mar thru 8 Mar 2012 CLIN 0002: ½ day training sessions (4 hrs per day) Leadership Training in accordance with attached Statement of Work. The unit price shall include the instructional fee and course material for all participants. Also, unit price is to include travel costs. Training shall be tailored to Government employees. CLIN 0002AA: Qty 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 4 Nov 2011 CLIN 0002AB: Qty 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 16 Dec 2011 CLIN 0002AC: Qty 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 13 Jan 2012 CLIN 0002AD: Qty 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 10 Feb 2012 CLIN 0002AE: Qty 1; Unit Issue: Lot; Unit Price:Amount: Period of Performance: 9 Mar 2012 CLIN 0002AF: Qty 1; Unit Issue: Lot; Unit Price: Amount: Period of Performance: 16 Apr thru 19 Apr 2012 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation; will be considered of best value to the Government. The following FAR/DFARS clauses/provisions apply: provisions and clauses apply to this solicitation and are incorporated by reference: 52.211-15 Defense Priority And Allocation Requirements; 52.212-1 Instructions to Offerors- Commercial Items; 52.212-2 Evaluation-Commercial Items with the following paragraph addenda: Offers will be evaluated on the basis of Best Value to the Government in accordance with the following factors: 1. Technical: Facilitators shall have at least three years of experience working with Government entities performing the required scope of work. Individual resumes shall also, be evaluated to determine qualifications of course facilitator/moderator and proposed key instructors in relation to the prescribed Performance Work Statement. 2. Past Performance: Submit no more than three references for current or previous contracts similar in nature to this requirement. 3. Price: The quote shall be evaluated to determine fairness and reasonableness. All factors are of equal importance. There is no specific format required for submittal as this is considered a commercial item using Simplified Acquisition Procedures under FAR Part 13. A proposed training agenda corresponding to the SOW is encouraged but not required. 52.212-3 (Alt I) Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS within which the following clauses apply and incorporated by reference: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6 Protecting the Government ™s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note) 52.212-6, Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchase; 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7010 Levies on Contract Payments 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITION OF COMMERCIAL ITEMS, within which the following clauses apply and incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.204-7003 Control of Government Personnel Work Product; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items-with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://orca.bpn.gov/login.aspx. The offeror must provide its Commercial and Government Entity (CAGE) code, Contractor establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. E-mail (preferred) or faxed quotes with all the above required information must be received by the point of contact below by the Solicitation Closing Date. Point of Contract: Dorothy Shirley, (229) 639-6762, mail/email offers directly to Contracts Dept. (Code S1924), 814 Radford Blvd, MCLC, Albany GA 31704-1128; E-mail: dorothy.shirley@usmc.mil; Fax: 229-639-6793.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412T0009/listing.html)
 
Place of Performance
Address: Marine Corps Logistics Command
Zip Code: Maintenance Center
 
Record
SN02613244-W 20111028/111026234222-24c077a14f73a75e45aef9e336df9da1 (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.