Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2013 FBO #4375
MODIFICATION

U -- CBP Leadership Institute

Notice Date
11/14/2013
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1014R0002A
 
Archive Date
12/6/2013
 
Point of Contact
Billy J Cooper, Phone: 317-614-4937
 
E-Mail Address
billy.cooper@dhs.gov
(billy.cooper@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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 for this requirement is HSBP1014R0002A and is hereby issued as a Request for Proposal (RFP) using FAR Part 12, Commercial Item Procedures, in conjunction with FAR Part 13.5, Test Program for Certain Commercial Items. The U.S. Customs and Border Protection (CBP) seeks to procure services for developing the CBP Leadership Institute (CBP LI). The purpose of CBP LI is to provide a comprehensive and systematic means of preparing high potential top-level managers for increased levels of responsibility in CBP. This solicitation documents and incorporates provisions and clauses, as further outlined in detail in Attachments 2 and 3, that are in effect through FAC 2005-69 (September 3, 2013). The North American Industry Classification System Code is 611430 (Professional and Management Development Training) and the small business size standard is $25.5M. This acquisition is unrestricted. The Government will award one (1) Firm Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity Contract as a result of this solicitation to the responsible offeror whose quotation contains the combination of those criteria offering the best overall value to the Government in accordance with FAR 12.602(c). Evaluation Criteria and Importance - Overall Course Design and Curriculum and Faculty are of highest value followed by Training Location: Contractor Hosted Facility, with Academic Component and Past Performance having the lease but equal value. Cost will have the least value of all of the above Evaluation Criteria. Best value will be determined based on the Evaluation Criteria. Expected Contract Award Date: January 17, 2014 Quotations shall be submitted in two (2) separate volumes as described below. All text within the two (2) volumes shall be no smaller than 10-point font with standard 8.5 inch by 11 inch document with margins of at least 1" at the top, bottom, and both sides. Volumes 1 and 2 shall be submitted in PDF format. Responses shall be submitted electronically via e-mail and when responding, please include the title "HSBP1014R0002A" in the subject line of the e-mail. There is a 5 MB limit on e-mails to CBP, therefore please limit all file sizes to 5 MB. Volume 1: The Technical Volume shall address the offeror's technical approach to the requirements contained in Attachment 1: Statement of Work. The technical approach will be evaluated to determine the offeror's demonstrated understanding of the SOW Section 5. The technical proposal shall not exceed fifty (50) pages. Volume 2: Price Offerors shall submit a full price proposal in accordance with the pricing schedule contained in Attachment 4. Offerors are encouraged to submit their most favorable pricing. The Government will evaluate the total overall price to determine price reasonableness. Offerors shall submit Volumes 1-2 for this effort no later than 2:00 PM Eastern Daylight Time (EST), November 21, 2013 to the Contract Specialist, Billy Cooper, at billy.cooper@dhs.gov. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Any questions or clarification requests regarding any aspect of this RFP are due no later than 11:00 AM Eastern Daylight Time (EDT) October 16, 2013. All questions or requests for clarifications shall be submitted to the Contract Specialist, Billy Cooper, at billy.cooper@dhs.gov. Questions and answers will be issued as a solicitation amendment and accordingly available for viewing by all interested vendors. Please see Attachments 1-4 for further information regarding this opportunity: Attachment 1 - Statement of Work (SOW) Rev 1 Attachment 2 - FAR/HSAR Clauses Attachment 3 - FAR Provisions Attachment 4 Rev 2 - Pricing Schedule Rev 2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1014R0002A/listing.html)
 
Place of Performance
Address: U.S. Customs and Border Protection, 1300 Pennsylvania Ave, NW, Washington, District of Columbia, 20229, United States
Zip Code: 20229
 
Record
SN03234222-W 20131116/131115000219-64829bc8b4e5b68a0515871c8c79fdcd (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.