Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

U -- ISO 17025 Training - 100% Small Business Set Aside

Notice Date
7/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-17-R-ISOT
 
Archive Date
8/19/2017
 
Point of Contact
Hilary Shaw, Phone: (410) 278-5034, Lisa J. Yamakawa, Phone: 4102786129
 
E-Mail Address
hilary.shaw.civ@mail.mil, lisa.j.yamakawa.civ@mail.mil
(hilary.shaw.civ@mail.mil, lisa.j.yamakawa.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (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. W91CRB-17-R-ISOT is hereby issued as a Request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27, DACs 91-1 through 91-13 and Departmental Letters 98-001 through 98-021. This acquisition will be competed under North American Industry Classification System (NAICS) code 611430 which corresponds with a small business size standard of $11,000,000.00. This procurement is for an International Organization for Standardization (ISO) 17025:2017 Lead Auditor Training Class in support of the Project Manager Soldier Protection & Individual Equipment (PM SPIE). The purpose of this training is to ensure Government & contractor Quality Assurance (QA) professionals are trained on the requirements of ISO 17025, any pending changes to ISO 17025 standard, and gain a comprehensive understanding of audit planning and execution. The period of performance shall be a one-week training class conducted prior to 30 September 2017 at Fort Belvoir, VA 22060. APPLICABLE DOCUMENTS: ISO 17025 - General Requirements for the Competence of Testing and Calibration Laboratories; ISO 19011:2011 - Guidelines for Auditing Management Systems; ISO 9000:2015 - Quality Management Systems -- Fundamentals and Vocabulary; and AR 702-11 Army Quality Program. PLACE OF PERFORMANCE REQUIREMENTS: Training shall be provided on-site at Ft. Belvoir, VA 22060 with non-virtual instructor(s). INSTRUCTOR CREDENTIAL REQUIREMENTS: The Instructor(s) providing the on-site training shall be (a) United States citizens; have accreditation(s) from the American National Standards Institute (ANSI) - American Society for Quality (ASQ) National Accreditation Board (ANAB); and (b) have an active, lead auditor, certification (ANSI-RAB National Accreditation Program for Quality Management Systems). ISO 17025 TRAINING COURSE REQUIREMENTS: The estimated, class size is 15-20 students consisting of Government and contractor Quality Assurance (QA) professionals. In addition, the Instructor(s) shall guide role playing exercises and provide feedback to students based on their industry experiences & expertise. COURSE MATERIALS REQUIREMENTS: The Instructor(s) shall lead and provide students all required ISO training/materials to include but is not limited to: ISO 17025 published standard; all related training slides for each participant; and access to online material for one year, minimum. ADMINISTRATIVE REQUIREMENTS: The Contractor shall track and provide the following administrative documents at the end of the course: Attendance sheets; student course evaluation summary; training certificates upon successful completion of the course; and a written evaluation of student's attitudes, composure and feedback to the simulated vendor audit event, evaluation of team members when role-playing, and evaluation of communication skills during the simulated audit using ISO 17025. PROGRAM MANAGEMENT REQUIREMENTS: The Contractor shall establish a single, management focal point to accomplish the administrative, technical, and financial aspects of this training. Safety and Environmental Requirements: The Contractor shall comply with all applicable federal, state and local safety, health and environmental regulations, including the National Environmental Policy Act (NEPA) during the period of performance. CONTRACT DELIVERABLES: The following items shall be delivered by the Contractor to the Contracting Officer's Representative (COR) one week prior to the start of classroom training: One (1) copy of ISO 17025 standard for each student; One (1) copy of the training material for reproduction and dissemination to each student. The following items shall be delivered by the Contractor to the COR one (1) week after the end of the classroom training: One (1) copy of the attendance tracking sheets; One (1) copy of the student course evaluation sheets; and written evaluation of student's attitudes, composure and feedback to the simulated vendor audit event, evaluation of team members when role-playing, and evaluation of communication skills during the simulated audit using ISO 17025. PROVISIONS AND CLAUSES: The following provisions and clauses are applicable to this acquisition: (a) FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation; (b) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; (c) FAR 52.204-7, System for Award Management (SAM) (d) FAR 52.204-13, SAM Maintenance; (e) FAR 52.212-1, Instructions to Offerors -- Commercial Items; (f) FAR 52.212-4, Contract Terms & Conditions - Commercial Items; (g) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition including the following outlined at 52.212-5 paragraph (b): (14)(i) FAR 52.219-6, Notice of Total Small Business Aside; (22) FAR 52.219-28, Post Award Small Business Program Re-representation; (25) FAR 52.222-3, Convict Labor; (26) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (27) FAR 52.222-21, Prohibition of Segregated Facilities; (28) FAR 52.222-26, Equal Opportunity; (30) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793; (33)(i) FAR 52.222-50, Combating Trafficking in Persons; (44) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; (57) FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management. The following outlined at FAR 52.212-5 paragraph (c) also apply to this acquisition: (7) FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements. (h) Department of Defense Federal Acquisition Regulations Supplement (DFARS) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (j) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; (k)DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and (l) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions. In addition, the provision at FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the lowest price, technically acceptable & responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price & Technical RFP W91CRB-17-R-ISOT SUBMISSION REQUIREMENTS: PRICE PROPOSAL: The Contractor shall propose one firm, fixed, FOB Destination price for the entire requirement using a Quantity of one (1) and Unit of Issue of "Lot". TECHNICAL PROPOSAL: The Contractor shall provide a written statement indicating how all of the Government's requirements will be met and outlining their proposed plan for execution of the ISO 17025 Training. The written statement shall also identify all audio visual needs required to conduct onsite training. OTHER DOCUMENTATION: Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with its offer. PROPOSAL SUBMISSION DEADLINE: Offerors shall submit their proposals electronically to Hilary Shaw, hilary.shaw.civ@mail.mil, no later than 2:00 p.m. DST on 4 August 2017. Questions relating to W91CRB-17-R-ISOT shall be submitted to Hilary Shaw, hilary.shaw.civ@mail.mil, 410-278-5034.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa9be3b2b80bdac67eb0fcfffb6634f4)
 
Place of Performance
Address: Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04590643-W 20170723/170721235546-aa9be3b2b80bdac67eb0fcfffb6634f4 (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.