Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

U -- Development of Risk Assessment Training Module

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
75-D-301-18-R-67841
 
Archive Date
5/19/2018
 
Point of Contact
Katie L. Oyler, Phone: 4123864450
 
E-Mail Address
ycy4@cdc.gov
(ycy4@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, 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. This solicitation is issued as a Request for Proposal (RFP) under solicitation number 75D-301-18-R-67841. This RFP solicitation is issued using FAR Subpart 13 Simplified Acquisition Procedures. The government intends to issue a firm fixed price purchase order in accordance with FAR Part 13 for these services. The Purchase Order will consist of two (2) line items as follows: CLIN 001 - One (1) Training Design Document CLIN 002 - One (1) Training Module THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code for this procurement is 541511 titled "Custom Computer Programming Services" with a small business size standard of $27.5M. Proposals are due on Friday, May 4, 2018 by 11:00 AM EST and should be sent to the attention of Kate Oyler via email at koyler@cdc.gov. The government will not assume financial responsibility for any costs incurred in preparing a response. Offerors must have an active registration with the System for Account Management (sam.gov) to be considered for award. Offerors shall also have completed the Representations and Certifications with their sam.gov registration. If Representations and Certifications are not included in the offeror's sam.gov registration, offerors shall complete provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (Please reference attached clauses and provisions.) PLEASE SEE THE ATTACHED STATEMENT OF WORK (SOW) FOR THE DETAILS OF THIS ACQUISITION. Offerors are advised that an award may be made without discussion or any contact concerning the proposals received. Offerors should not assume they will be contacted or afforded the opportunity to qualify, discuss, or revise their proposals/quotations. Therefore, the initial proposal shall contain the offeror's best and final price. All offerors must include the following basic information with their proposal: 1. The full name, address, and DUNS number of the business to be named on the Purchase Order. 2. The full name, phone number, and email address of the Point of Contact for the offeror. 3. The solicitation number. (75-D-301-18-R-67841). Technical Proposals must contain all information that is required as per the Statement of Work, including: (1) A draft of the design document that details the methodology that will be used for the successful creation of a training module for the EXAMiner tool; (2) Evidence of completing similar training modules in the past 5 years; (3) Evidence of knowledge and application of risk assessment in the mining industry. Cost proposals shall include the following information: (1) The name and title of all individuals working on the project; (2) The fully burdened labor rates for each individual; (3) The number of hours each individual will require for each task; (4) Any required supplies and/or materials; (5) Travel costs, if applicable; (must comply with approved GSA rates) (6) A breakdown of costs by CLINs. There are two CLINs for this effort as detailed above in this notice. This award will be made to the lowest price technically acceptable. To be technically acceptable, offerors must (1) detail the methodology that will be used for the successful creation of a training module for the EXAMiner tool as detailed in the attached SOW (2) provide evidence of completing similar training modules in the past 5 years, and (3) provide evidence of knowledge and application of risk assessment in the mining industry. Technical and Cost Proposals shall be limited to 10 pages each, excluding any examples of similar training modules completed. The anticipated Period of Performance is six (6) months after the award of the Purchase Order. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-97. The clauses and provisions applicable to this acquisition are attached to this notice. Any questions shall be made in writing to the Contract Specialist, Kate Oyler, at koyler@cdc.gov. Telephone inquiries will not be accepted or answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/75-D-301-18-R-67841/listing.html)
 
Place of Performance
Address: Contractor's Place of Business, United States
 
Record
SN04900521-W 20180427/180425230755-c643e8bf01cc600ef1c2f90833da96d4 (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.