Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

U -- OSHA501 Trainer Course for General Industry - SOW

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M6740017T0018
 
Archive Date
2/9/2017
 
Point of Contact
Asami Adaniya, Phone: 011816117458619
 
E-Mail Address
asami.adaniya.ja@usmc.mil
(asami.adaniya.ja@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Cover Sheet Statement of Work SUBJECT: OSHA501 Trainer Course for General Industry FEDERAL SUPPLY CODE: U006 Vocational/Technical Training SOLICITATION NUMBER: M67400-17-T-0018 SOLICITATION CLOSES: 25 January 2017 @ 17:00EST Point of Contact: Asami Adaniya, MCIPAC, Telephone: 011-81-98-970-8619, Fax: 011-81-98-970-0959 Email responses preferred: asami.adaniya.ja@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The Marine Corps Installations Pacific Regional Contracting Office (MCIPAC RCO) intends to solicit and award a Firm Fixed Price contract for this requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The Government reserves the right to make one, multiple or no award resulting from this solicitation. In accordance with the attached Statement of Work(SOW), the Government is soliciting quotes for the services for training of OSHA 501 in Occupational Safety and Health Standards for General Industry Trainer Course in Camp Foster, Okinawa, Japan as follows; CLIN0001 1LOT OSHA 501 Trainer Course for General Industry CLIN0002 1LOT Travel(authorized but not to exceed) (1) Air Fare$XXX (2) Lodging $XXX=($XXX x # of nights) (3) Per Diem $XXX=($XXX x # of days) (4) Transportation $XXX *Travel related expenses shall be paid in accordance with and will not exceed the Joint Travel Regulations. The contractor shall submit all related receipts along with invoice prior to payment. All other travel expenses not authorized under this CLIN shall not be reimbursed. Travel, Lodging & Per Diem rates shall not exceed authorized allowances in http://www.defensetravel.dod.mil/site/perdiemCalc.cfm All services, as annotated in the attached Statement of Work(SOW), awarded as a result of this RFQ are expected to commence no later than the date specified in the contract award and the SOW. The Government intends to issue a single award to the responsible quoter whose quote is the most advantageous to the Government considering Technical Acceptability and Price. It is the quoters responsibility to furnish sufficient information to the Government and the quoters shall submit all technical information pertaining to their offered services in order for the Government to determine technical acceptability. All quotes shall be in English language. The following FAR/DFARS Clauses/Provisions apply: 52.204-2 Security Requirements 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verificationn of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6 Brand Name or Equal 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items 52.212-3(Alt 1) Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (Deviation 2015-O0010) 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7012 Safeguarding of unclassified controlled technical information 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7991 Representation by Corporations Regarding and Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law- Fiscal Year 2016 Appropriations. 252.212-7000 Offerors Representations and Certifications-Commercial Items; 252.222-70002 Compliance with Local Labor Laws (Overseas) 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7041 Correspondence in English 252.232-7003 Electronic Submission of Payments Requests; 252.232-7008 Assignment of Claims (Overseas) 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer NOTE: Full text of each clause may be accessed electronically at http://farsite.hill.af.mil/ 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://www.sam.gov/portal/public/SAM/. The offeror must provide its current/up to date Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (CCR)/ (SAM) 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 for the States side vendors. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. Quoters are advised questions regarding this requirement must be submitted to asami.adaniya.ja@usmc.mil NLT 15:00EST on 17 January 2017. Consequently, any questions received after this date and time specified will not be answered unless the Contracting Officer determines it is in the best interest of the Government to answer the questions(s). Submission of Quotations Format of Quotations: All quoters technical information shall be submitted in addition to a price quotation. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separately bound volumes. Quoters must include the name, title, address, and phone number of the individual responsible for inquiries and CAGE, DUNS, TAX ID to the quotation. The quotation shall be submitted via e-mail to asami.adaniya.ja@usmc.mil or via fax to 011-81-611-745-0959 NLT 17:00EST on 25 January 2017. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT the expiration of this RFQ. Volume I - Price Quotation CLIN0001 OSHA 501 Trainer Course for General Industry C|LIN0002 Travel Related Expense(AirFare/PerDiem including lodging) Volume II - Technical Capability *Plan, curriculum and schedule for the proposed training *Certification of OSHA authorized instructor Volume III - Past Performance Information for the same or similar service in last two(2) years (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740017T0018/listing.html)
 
Place of Performance
Address: Camp Foster, Okinawa, Japan
 
Record
SN04367211-W 20170112/170110233756-d2a58dbea79948c4e84d13f38d5e5572 (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  © 1994-2020, Loren Data Corp.