Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
MODIFICATION

R -- Training Specialist Support Services

Notice Date
10/16/2018
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Agriculture, Forest Service, International Institute of Tropical Forestry, 1201 Calle Ceiba, San Juan, Puerto Rico, 00926, United States
 
ZIP Code
00926
 
Solicitation Number
933982
 
Archive Date
11/8/2018
 
Point of Contact
Darnell Shelton, Phone: 2534953690, Amelia Davila, Phone: 787-764-7280
 
E-Mail Address
dshelton@fs.fed.us, ameliadavila@fs.fed.us
(dshelton@fs.fed.us, ameliadavila@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only method of solicitation for proposals. A written solicitation will not be issued. Reference number 933982 is issued as a request for quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The intent of these specifications, terms, and conditions, is to describe the Training Specialist Support Services required at the International Institute of Tropical Forestry (IITF) located at 1201 Calle Ceiba, Jardin Botanico Sur, San Juan, PR 00926-1119. This procurement is a 100% Total Small Business set-aside. NAICS: 611430 - Administrative Management and General Management Consulting Services, with a small business size standard of $11M. Work includes but not limited to: The contractor shall provide training coordination assistance to the International Institute of Tropical Forestry program area of State and Private Forestry (SPF) and collaborate with other Institute Programmatic Areas. Hurricanes Irma and Maria and all recovery work related to damage abatement comes with an urgent need to train and improve technical capacity among State and Private Forestry staff and partners. SPF determined a Training Specialist is justifiable as a specific person responsible to assess needs and coordinate specialized trainings and workshops. Training Specialist will collaborate with designated program partners throughout Puerto Rico and the U.S. Virgin Islands and all travel will be coordinated and approved by the State and Private Forestry Program Manager. Period of Performance PoP: one (1), 12-month Base Period and one (1) 12-month Option Period only. The Government has determined no Full-Time Employee (FTE) would be required to accomplish this effort. This effort will be accomplished by one (1) Part-Time Employee (PTE). The level of effort (LOE) shall not exceed 2,580 labor hours depending on program needs. It is in the best interest of the Government to pursue this procurement as, restricted to local businesses of Puerto Rico and the US Virgin Islands to help promote the economy for the local citizenry and maintain a source base for these services in accordance with FAR 6.202. It has been determined that there is enough prospective local competition to qualify this procurement as full and open competition after exclusion of sources, through market research. In accordance with 29 C.F.R. 4.115, Exemptions and Exceptions, this solicitation is not subject to using service employees exclusively, rather it is open to direct service individuals. The Government reserves the right to make a selection based upon the initial proposal submissions so the offeror should submit its best terms in the initial proposal. The Government may also determine to make no award depending on the quality of the proposals and prices submitted. NO proposals will be accepted via fax. Proposals are due no later than October 24, 2018 at 2:00 PM (Eastern Standard Time) FIRM-FIXED PRICE PROPOSAL MUST BE SUBMITTED VIA EMAIL ONLY BEFORE THE CLOSING DEADLINE TO: Contract Specialist, Darnell Shelton at dshelton@fs.fed.us. Should you have any Pre-Proposal Questions, please submit to Contract Specialist, Darnell Shelton at dshelton@fs.fed.us. Pre-proposal questions are due no later than October 9, 2018 at 2:00 PM (Eastern Standard Time) Rejection of Unreasonable Offers: The Government may reject any quotation that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. The Offeror evaluation will be conducted in accordance with the Federal Acquisition Regulation (FAR) Sub-Parts 13.106-2 and 12.6, utilizing simplified acquisition procedures 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (AUG 2018) Request for Quotation (RFQ) should be submitted and shall contain the following information: 1. RFQ No. 2. Time Specified for Receipt of Offers 3. Name 4. Address 5. Telephone number of Offeror 6. Any Discount Terms 7. Acknowledgement of all RFQ Amendments (if applicable). 8. Signed quotes must indicate quantity, unit price and total amount for each item. 9. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. 10. Offerors shall submit their quote by utilizing the attached Quote Template, as this schedule provide a breakdown in costs and aids the Government in its price evaluation. 11. Submission of Contractor's Key Personnel information shall not exceed 10 pages. Any pages beyond this page limitation will not be evaluated. 12. Quote shall also contain all other documentation specified herein. 52.212-2 (ADDENDUM) EVALUATION--COMMERCIAL ITEMS (OCT 2014) The Government will award a contract resulting from this request for quote to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, lowest-price technically acceptable (LPTA), considered. The following factors shall be used to evaluate offers: Price - The Government will evaluate quotes for an award based on the lowest reasonable total price quoted for this solicitation. The Government intends to evaluate quotes and award a contract without discussion; therefore, the offeror's initial quote should contain the offeror's best price, terms, and conditions. Reasonableness - is defined as a price that provides best value to the Government when considering current market prices, wage determinations included in the solicitation, if applicable, and technical capabilities of the offerors. Also, a fair price should ensure the offeror a reasonable profit commensurate with performance. Technically Acceptable - Qualification of Key Personnel Supporting this Contract: The Offeror shall submit the following information of their Key Personnel - Training Specialist: Resume Examples of Past Performance Resumes shall describe the individual's specific experience as it relates to the requirements of this Statement of Work. This shall include the identification, the specific task delineated in the attached Statement of Work, and how the responsibilities and accomplishments listed in the resume relate to the delineated tasks. The resume shall also contain the dates of involvement for each project identified along with the customer supported. The resume shall identify all formal education (e.g., college, training courses, etc.), the dates attended, and degrees or certifications earned ATTACHMENTS Exhibit/Attachment Table of Contents Attachment 1: Training Specialist Support Services Statement of Work Attachment 2: Wage Determination 2015-5707 Rev. 9 Attachment 3: Quote Template Sheet Attachment 4: Clauses Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-10-03 13:50:03">Oct 03, 2018 1:50 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-10-16 13:22:04">Oct 16, 2018 1:22 pm Track Changes Amendment No. 0001: The purpose of Amendment No. 0001 is to add a due date for the submission of pre-proposal questions. Pre-proposal questions are due no later than October 9, 2018 at 2:00PM (Eastern Standard Time). The Offeror is required to sign this document and return 01 copy to the issuing office. Amendment No. 0002: The purpose of Amendment No. 0002 is add and incorporate clauses into this RFQ as Attachment No. 4. The Offeror is required to sign this document and return 01 copy to the issuing office. Amendment No. 0003: The purpose of Amendment No. 0003 is to extend the closing date from October 17, 2018 at 2:00PM EST to October 24, 2018 at 2:00PM EST. The Offeror is required to sign this document and return 01 copy to the issuing office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fcbf4f4fd2ad4995ebad677e6e7f6577)
 
Place of Performance
Address: Jardin Botanico Sur, 1201 Calle Ceiba, SAN JUAN, Puerto Rico, 00926, United States
Zip Code: 00926
 
Record
SN05126248-W 20181018/181016230721-fcbf4f4fd2ad4995ebad677e6e7f6577 (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.