Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
MODIFICATION

U -- Training Consultant for the I AM Somebody Concept

Notice Date
6/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300, Acquisition Management, Milwaukee, Wisconsin, 53202
 
ZIP Code
53202
 
Solicitation Number
AG-56A1-S-14-0007
 
Archive Date
7/11/2014
 
Point of Contact
Leonyce J Moses, Phone: 4142973625, Chris L Frank, Phone: 414-297-3856
 
E-Mail Address
leonycejmoses@fs.fed.us, chrisfrank@fs.fed.us
(leonycejmoses@fs.fed.us, chrisfrank@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Solicitation Number AG-56A1-S-14-0007 Description The Forest Service has a requirement for a company in the educational field with experience in training speakers, designing presentations, and developing relationships. 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as an RFP and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-69. This procurement is set aside for small businesses. The NAICS code is 611430 and the Small Business Size Standard is $10 million. The USDA Forest Service wants to coordinate an outreach program for Job Corps existing students utilizing Job Corps Alumni. The project is seeking to hire a consultant who can train Job Corps Alumni on the principles of the “ I AM SOMEBODY” concept. Job Corps alumni will participate in a two-day work shop where they will learn public presentation and speaking skills. Job Corps alumni who complete the training will then make presentations at various Job Corps Centers. The consultant shall be required to travel to a minimum of three centers where they will make presentations to more than 200 students per center by September 30, 2014. GOALS - The primary goal is to help Job Corps students create a more inclusive environment allowing the students to be more mindful and more respectful of individuals with diverse backgrounds. Job Corps is looking to challenge the students to build new relationships with the understanding that having the tools to manage differences and similarities make them stronger in the workforce and better individually. The secondary goal focuses on training Job Corps Alumni to receive mentoring, presentation skills training, and “I Am Somebody” training prior to visiting and speaking with Job Corps enrollees. The successful” I Am Somebody” diversity training was offered at the Blackwell Job Corps Center in 2013. This is the second part of the Wildfire Diversity, Pay It Forward Program. Contractor Acceptance Statement: By submitting the offer, the Contractor agrees to all terms, conditions, and provisions included in the solicitation and agrees to furnish any awarded items at the price set in the schedule unless otherwise excepted as follows: _______________________________________________________________. The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at http://farsite.hill.af.mil/ 52.212-1 Instructions to Offerors – Commercial Items (JUL 2013) 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: EVALUATION CRITERIA The Forest Service’s source evaluation will be based on best-value principles. Accordingly, award will be made to the responsible Offeror whose proposal provides the greatest overall value to the Government, price and other factors considered. This best-value determination will be accomplished by comparing the value of the differences in the technical factors for competing offers, based on their strengths, weaknesses, and risks, with differences in their price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical capabilities than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall price to achieve slightly superior technical capabilities. As technical scores become closer, price will become more important. Technical Factors are significantly more important than price. TECHNICAL EVALUATION FACTORS (Of equal importance) Contractor must provide: 1. Past Performance on Similar Projects. 2. Past Experience in training 16-24 year old students. 3. A description of Contractor’s interpretation of the I AM Somebody concepts and how the Contractor will incorporate these concepts into the training. Technical and past performance, when combined, are more important than price. (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. 52.212-3 Offeror Representations and Certifications – Commercial Items (AUG 2013) (Offeror must complete this certification online at www.sam.gov or print this clause in full, complete the appropriate blocks, and submit with your offer) 52.222-17 Nondisplacement of Qualified Workers (JAN 2013) AGAR 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION ALT 1 (DEVIATION 2012-01) (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that – (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked “is” above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked “is not” above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 52.212-4 Contract Terms and Conditions – Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (SEP 2013) Clauses listed in 52.212-5 that apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.202-1 Definitions (NOV 2013) 52.203-2 Certificate of Independent Price Determination (APR 1985) 52.203-5 Covenant Against Contingent Fees (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-7 Anti-Kickback Procedures (OCT 2010) 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.204-1 Approval of Contract (DEC 1989) 52.204-12 Data Universal Numbering System Number Maintenance (DEC 2012) 52.204-13 System For Award Management Maintenace (JUL 2013) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (May 2011) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.215-5 Facsimile Proposals (OCT 1997) 52.216-24 Limitation of Government Liability (APR 1984) 52.216-25 Contract Definitization (OCT 2010) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.222-3 Convict Labor (JUN 2003) 52.222-17 Nondisplacement of Qualified Workers (JAN 2013) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (DEC 2012) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations 52.232-1 Payments (APR 1984) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-11 Extras (APR 1984) 52.232-25 Prompt Payment (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.233-1 Disputes (JUL 2002) 52.233-2 Service of Protest (SEP 2006) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1 Changes-Fixed Price Alternate III (APR 1984) 52.244-6 Subcontracts for Commercial Items (DEC 2013) 52.246-4 Inspection of Services--Fixed-Price (AUG 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (APR 1984) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.223-2 -- Affirmative Procurement of Biobased Products Under Service And Construction Contracts. (SEP 2013) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless— (1) The product cannot be acquired— (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.biopreferred.gov. (c) In the performance of this contract, the Contractor shall— (1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report no later than— (i) October 31 of each year during contract performance; and (ii) At the end of contract performance. AGAR 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS ALT 1 (DEVIATION 2012-01) (FEB 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it – (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. Offers shall be submitted to: Leonyce Moses at leonycejmoses@fs.fed.us or faxed to 414-944-3930, ATTN: Leonyce Moses. No later than Thursday, June 26, 2014 at 4:00 PM CST. Contact Leonyce Moses at 414-297-3635 for more information or with questions concerning this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/56A1/AG-56A1-S-14-0007/listing.html)
 
Record
SN03398889-W 20140620/140619021846-cdb6194b91e1c3fe32455aa5cc95f583 (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.