Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

U -- FootPrints SW On-site Training - Statement of Work

Notice Date
8/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
12ES510-054
 
Archive Date
9/26/2012
 
Point of Contact
Courtney Holbrook, Phone: 7035453467
 
E-Mail Address
courtney.holbrook.ctr@whs.mil
(courtney.holbrook.ctr@whs.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 FAR 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. The solicitation number is 12ES510-054. This solicitation is a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The North American Industry Classification System (NAICS) code is 611420 "Computer Training," with a small business size standard of $7 million. The Washington Headquarters Services Acquisition Directorate (WHS/AD), on behalf of the Immediate Office of the Secretary of Defence Communication (SDC), intends to contract for fifteen (15) days of hands on, on-site training on it's 2011 FootPrints software. The Government anticipates one fixed price contract for this requirement. The following factors will be used to evaluate quotes and are listed in order of importance. (1) Technical Acceptability (2) Price (1) Technical Acceptability 1. Possess skill and experience working with FootPrints software. A competency statement must be submitted along with the quote. 2. Possess experience in planning, preparing, and executing training sessions on FootPrints software. A competency statement must be submitted along with the quote. 3. Due to security requirements, all on-site contractor personnel must be United States citizens, and must be able to furnish proof of citizenship upon request. To be considered Technically Acceptable, offerors must have No Exceptions to the Statement of Work (SOW), dated August 28, 2012. See Attachment A, Statement of Work. Offerors will receive a rating of "Technically Acceptable" or "Technically Unacceptable." Any offeror who receives a "Technically Unacceptable" rating will be eliminated from the competition and no longer be considered for award. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. ADDITIONAL INFORMATION: 1. ONLY e-mailed quotes will be accepted. Please contact Point of Contact(POC) for instructions regarding file sizes 5MB or more. E-mailed quotes shall be sent to Courtney Holbrook, Contract Specialist at courtney.holbrook.ctr@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ: QUOTES MUST BE RECEIVED NO LATER THAN 05:00 PM, Eastern on SEPTEMBER 11, 2012. 2. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation meeting the requirement. The Government is not responsible for locating or obtaining any information not identified in the offer. 3. The Government anticipates award in mid September, 2012. 4. Quotes must be firm-fixed-priced, and include all information/quantities listed, all or none. 5. The point of contact (POC) for this request is Courtney Holbrook, Contract Specialist (703)545-3467 or Courtney.Holbrook.ctr@whs.mil. 6. Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, and DUNS Number, on their quotes. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. 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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management, (SAM) at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/12ES510-054/listing.html)
 
Place of Performance
Address: All training will take place within the Pentagon's Global Situational Awareness Facility (GSAF) Watchfloor at the Pentagon., Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02863675-W 20120901/120831002102-6d33aea87fcc9d06df6569a093bbe702 (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.