Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOLICITATION NOTICE

U -- Negotiation Training Professional Services - RFQ 6982AF-18-Q-000010

Notice Date
8/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
6982AF-18-Q-000010
 
Archive Date
9/11/2018
 
Point of Contact
Donald Peters, Phone: 7209633347, Sheri Muehl,
 
E-Mail Address
donald.peters@dot.gov, cflcontracts@dot.gov
(donald.peters@dot.gov, cflcontracts@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ 6982AF-18-Q-000010 Negotiation Training Professional Services Contract COMBINED SYNOPSIS/SOLICIATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation 6982AF18Q000010 is being issued as a Request for Quotes (RFQ) with the evaluation and award prescribed in FAR Part 13 "Simplified Acquisition Procedures." The solicitation document and incorporated provisions are those that are in effect through Federal Acquisition Circular 05-99 dated: 06/15/2018. The associated North American Industry Classification System (NAICS) code is 611430 Continuing education seminars or conferences. Standard Small Business Size is $11.0m. Partial bids will not be accepted. This will be evaluated as a lowest-price technically acceptable (LPTA)procurement. GENERAL The Federal Highway Administration (FHWA), Central Federal Lands Highway Division (CFLHD) has a requirement for Negotiation Training Professional Services Contract. In order to be most cost-effective for all participants, CFLHD requires an in-house instructor-led classroom-based training course that is geared toward Civil Engineering Professionals and onsite project staff with emphasis in the subject area of highway and bridge construction. The CFLD field and office staff frequently negotiate construction contract modifications for highway and bridge improvement projects ranging in cost from less than $10,000.00 to in excess of $1.5 Million. Typical construction costs for projects range from less than $1 Million to over $50 Million. Staff to be trained range from GS-04 civil engineering interns to GS-13 Project Managers / Construction Operations Engineers This requirement must be provided by a Project Management Institute Registered Education Provider. Negotiation Training Professional Services Course designed for on-site presentation at the CFLHD Building, 12300 W. Dakota Avenue in Lakewood, CO 80228. Training shall take place over a 2-day period Tuesday and Wednesday; November 27 & 28, 2018, and be held during the hours of 8:00 am - 5:00 pm. Each class shall accommodate from 50 to 75 field and office staff students. Vendor shall provide a lump-sum rate for 30 students and then price (per each) additional students above 30 attendees. The Contractor will provide resumes including Past Performance for Instructor(s) to be reviewed and approved by the CFLHD Contracting Officer no later than 20 days prior to the start date of the course. Prior course evaluations are acceptable records of past performance. Instructors should have a minimum of 10 years of experience in highway construction administration or claim resolution experience. Period of Performance for resultant Purchase Order (PO) will be Tuesday and Wednesday; November 27 & 28, 2018 where Period of Performance will include ample time for awarded Vendor to submit draft course materials for review by CFLHD staff, as well as delivery of the course as outlined above. The Contractor will interview CFLHD stakeholders and submit to the CFLHD Contracting Officer a draft training agenda no later than 60 days prior to the start date of the course. CFLHD will supply training facilities, to comfortably accommodate participants in table groups to include: a head table, podium, and chair for the instructor; a black/white board, chalk or markers and erasers; a flipchart easel, pad, and markers along with an overhead projector and screen. CFLHD will provide advanced copies of tentative roster one week prior to scheduled class date and provide a final roster on the first day of class. The Instructor shall ensure that the roster is signed and initialed daily by each student in attendance. Copies of the completed roster shall be submitted with the invoice. The Contractor shall provide all course materials necessary to conduct the class including name tags and writing utensils (e.g., pens, pencils, highlighters, etc.). All course materials shall be shipped to the place of performance and addressed to a CFLHD representative no later than 5 business days before the start of class unless the Instructor(s) bring(s) all materials the morning of the first day of class. The Contractor shall accommodate visually impaired individuals by providing all course materials (training manuals, handouts, quizzes, exams, etc.) in accessible formats. CFLHD will provide advanced notification of these special needs (none known at this time). The Contractor, where applicable, will provide all pre-course work assignments to participants no later than 10 days prior to the start date of the course. The Contractor will provide Certificates Of Course Completion to each participant on the last day of class. Certificates not distributed on the last day (e.g. due to late enrollment) shall be mailed directly to Andy Demsey, FHWA-CFLHD, Construction Branch, 12300 W. Dakota Avenue, Lakewood, CO 80228, no later than 30 days after the last day of the class. At a minimum, all certificates shall contain the exact title of the course, the name of the Vendor issuing the course, course dates and the credit hours of training issued. Copies of completed roster/attendance sheets and course evaluations will be left with a member of the CFLHD staff on the last day following completion of class. The following provisions and clauses apply to this acquisition: Federal Acquisition Regulations FAR; 52.212-1, 52.212‐2, 52.212-3, 52.212‐4, FAR 52.212‐5(52.203-6, 52.204-10, 52.204-14, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-17, 52.222-41, 52.222-42) 52.225-25, 52.252-2, 52.209‐10, 52.209-11, 52.211‐6, 52.217-8, 5 52.217-9, 52.232-39,52.232-40, 52.233-3, 52.233-4, 52.242-15, 52.242-17, 52.244-6, 52.252-1, Transportation Acquisition Regulations TAR;1252.242-73 Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the internet at http://farsite.hill.af.mil/vffara.htm or by contacting the contract specialist. For evaluation purposes, submit a list of previous work performed over the past 3 years on similar scope requirements outlined in this combined synopsis/solicitation. Refer to FAR Clause 52.212-2 Evaluation - Commercial Items. The Government intends to award a firm fixed-price Purchase Order. Award is anticipated under Simplified Acquisition Procedures and will be based on best value to the Government, taking into consideration price and instructor past performance on similar training; however, the Government reserves the right to open discussion anytime during evaluation. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Award will be based on lowest price technically acceptable (LPTA). Technical acceptability means meeting the minimum specifications listed under CLIN 0001. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, if deemed technically unacceptable, the next lowest priced quote will be evaluated. All responsible sources able to provide the above requirement shall submit a quote via email no later than August 27, 2018. All proposals shall include a schedule by Task and shall include the planned start and completion dates. All proposals must include lump-sum pricing per 10 students along with individual pricing for students above 10. Training for approximately 50 to 75 field and office staff. Vendor GSA Schedule number (if applicable), 3 references from similar work as is outlined in this requirement performed by your company (Organization name, dates and contact information), payment terms, delivery time, contact person (name & phone number), business size and DUNs number. (Complete Notes to Bid and Reference Sheet) All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, Address, Phone Number, Email Address and small business status, and any applicable GSA contract number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF-18-Q-000010/listing.html)
 
Place of Performance
Address: 12300 W. Dakota Ave, Suite 360, Lakewood, Colorado, 80228, United States
Zip Code: 80228
 
Record
SN05036266-W 20180816/180814231320-25c5a545eb34d2e03d69dbd1b089e3e6 (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.