Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

76 -- Quick Series Training - EEO Training Pamphlets

Notice Date
5/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2823 West Main Street, Rapid City, SD 57702
 
ZIP Code
57702
 
Solicitation Number
W90YD8-7136-0100
 
Response Due
6/9/2017
 
Archive Date
12/6/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is W90YD8-7136-0100 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 323111 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-06-09 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Rapid City, SD 57702 The National Guard - South Dakota requires the following items, Meet or Exceed, to the following: LI 001: 10- Step Spending Plan for Service. Pamphlet. A guide to help confront and eliminate the distractions caused by financial problems. Using this guide will provide the essential tools for planning and maintaining a personal budget. Assess your net worth Making a plan Tips to stick to the plan Tracking your budget For reference: see Quick Series at http://quickseries.com/, 100, EA; LI 002: Becoming Debt Free. Pamphlet. The information and strategies in this guide will help clients understand their financial rights and responsibilities to gain control of their finances and provides the tools to develop a step-by-step plan to turn debt around. Debt management plans Your mortgage & foreclosure Credit counseling Debt collection For reference: see Quick Series at http://quickseries.com/, 100, EA; LI 003: Equal Opportunity for Service Members. Pamphlet. The military team succeeds only when all members are accepted as equals. Discrimination has no place in the military. This guide will help get this important message out to all members of the military in a concise and effective way. Racism, sexism and prejudice Dealing with discrimination Confronting sexual harassment Cultural awareness For reference: see Quick Series at http://quickseries.com/, 500, EA; LI 004: Civil Rights in the Workplace. Pamphlet. Equal Opportunity is the principle that all people have the right to work and advance based on merit and ability. This guide is for employees and employers wanting to promote an equal and fair opportunity workplace. Your Rights as an Employee What is Discrimination? What is Harassment? What is Reasonable Accommodation? For reference: see Quick Series at http://quickseries.com/, 300, EA; LI 005: Alternative Dispute Resolution. Pamphlet. Workplace conflict can negatively impact a company and its employees. Discover how Alternative Dispute Resolution (ADR) can help settle workplace disputes quickly and efficiently - before problems escalate. Introduction to workplace conflict Types and benefits of ADR Alternative discipline practices Helpful ADR resources For reference: see Quick Series at http://quickseries.com/, 300, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - South Dakota intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - South Dakota is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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: Lowest Price Technically Acceptable IAW FAR 15.101-2, award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors. (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table in the contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/82557bbfa5ff7d4ef8adcd54e81dc7fa)
 
Place of Performance
Address: Rapid City, SD 57702
Zip Code: 57702-8170
 
Record
SN04522041-W 20170527/170526000054-82557bbfa5ff7d4ef8adcd54e81dc7fa (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.