Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2024 SAM #8215
SOLICITATION NOTICE

R -- Director of Human Resources (DHR) - Interview Builder

Notice Date
5/23/2024 8:12:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W6QM MICC FDO FT LIBERTY FORT LIBERTY NC 28310-0000 USA
 
ZIP Code
28310-0000
 
Solicitation Number
W91247-24-Q-DHRI
 
Response Due
5/29/2024 1:00:00 PM
 
Archive Date
06/13/2024
 
Point of Contact
Terry Henry, Phone: 9104325558, Mary Matthews, Phone: 910-908-4602
 
E-Mail Address
terry.l.henry61.civ@army.mil, mary.e.matthews51.mil@army.mil
(terry.l.henry61.civ@army.mil, mary.e.matthews51.mil@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Mission and Installation Contracting Command - Ft. Liberty (MICC - Liberty), issues this combined synopsis notice for an Interview Builder (professional and management development training) on Ft. Liberty, NC for the Director of Human Resources. The Product Service Code (PSC) code for this requirement is R431- Support: Professional � Human Resources. The North American Industry Classification System (NAICS) code for this requirement is 611430, Professional and Management Development Training This requirement shall be a 100% Small Business Set Aside and verified with the System for Award Management and Small Business Administration. This requirement is being solicited using commercial item procedures in FAR Part 12 and 13. The resultant contract will be a Single Award Firm Fixed Price (FFP), Lowest Price Technically Acceptable (LPTA) evaluation factors in determining the successful offer. Quotes shall be submitted via email to the Points of Contact listed below. The email shall contain the following information. Questions shall be provided no later than 27 May 2024 at 10:00 am Eastern Standard Time (EST). -������������� Subject line of the email Solicitation# W91247-24-Q-DHRI; DHR � Interview Builder -������������� CAGE Code -������������� UEI number -������������� Small Business Status (please respond with NOT A SMALL BUSINESS, if this doesn't apply) Evaluation Criteria 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) � (a) 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: 1. Technical 2. Price Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for nonprice factors. The Technical rating will be based on an �Acceptable� / �Unacceptable� basis. The definitions under each factor will be used in evaluating the offeror�s proposal against the technical requirement. The technical factor is met when the Offeror�s proposal clearly demonstrates evidence of the full capability for executing the requirements meeting the two subfactors below. Factor 1: Technical Acceptability (Acceptable/Unacceptable) Subfactor 1: Capability of Web Based Application Contractor shall provide the web-link and name for the program website to verify it is accessible from a US Government information system. The website should not include java, plug-ins, or anything that requires downloadable software. Offerors who do not provide a web-link or websites that do not work will be found unacceptable. RATING - DESCRIPTION ACCEPTABLE The web link provided IS accessible from a US Government information system UNACCEPTABLE The web link provided IS NOT accessible from a US Government information system Subfactor 2: Product Description Contractor shall provide a product description meeting or exceeding the TWO COMPONENTS listed in Attachment 2: Salient Characteristics (Brand Name or Equal). The Product Description SHALL NOT be a copy and paste of Attachment 2: Salient Characteristics (Brand Name or Equal) but rather what the Offeror will provide in their web-based application. The Description shall be in the form of a Brochure, Website link or capability brief the describes each component requested. RATING� DESCRIPTION ACCEPTABLE The product description DOES MEETS the minimum specification listed in Attachment 2: Salient Characteristics UNACCEPTABLE The product description DOES NOT MEET the minimum specification listed in Attachment 2: Salient Characteristics Factor 2: Price a. The total evaluated price shall be the sum of CLIN 0001 on the attached pricing matrix. b. Currency: Offers submitted in response to this solicitation shall be in terms of U.S. Dollars. c. Each offeror�s proposed price will be evaluated to determine whether it is fair and reasonable as per FAR 13.106-3. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Addendum to 52.212-1 Instruction to Offerors Offerors and quoters are required to be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Offeror shall provide the name of the offered Application/software and a link for the download website to ensure it is compatible with USG systems. Contractor shall provide a product description meeting or exceeding the TWO COMPONENTS listed in Attachment 2: Salient Characteristics (Brand Name or Equal) through a means of brochure, web-link or capability brief. Offeror Shall Proivde Attachment 01 Price Matrix with submission of their Offer.� ATTACHMENTS: The following attachment is included in this Combined Synopsis notice. Attachment 01 Price Matrix Attachment 02 Salient Characteristics (Brand Name or Equal) POINTS OF CONTACT: CPT Jordan Dawsey: jordan.m.dawsey.mil@army.mil Ms. Terry Henry: terry.l.henry61.civ@army.mil MSG Mary Matthews: mary.e.matthews51.mil@army.mil PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.203-7 Anti-Kickback Procedures FAR 52.204-4 Printed of Copied Double-Sided on Recycled Paper FAR 52.204-7 System for Award Management FAR 52.204-8 Annual Representations and Certifications FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance 4 FAR 52.204-19 Incorporated by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offerors FAR 52.204-23 Prohibition on Contracting for Hardware, Software and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services Representation FAR 52.207-1 Notice of Standard Competition FAR 52.207-2 Notice of Streamlined Competition FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-- Representation FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law FAR 52.211-6 Brand Name or Equal FAR 52.211-8 Time of Delivery FAR 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018- O0018) 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, for Paragraph (b) the following clauses apply: 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-25, Affirmative Action Compliance, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.233-2, Service of Protest AND 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest after Award FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9 Small Business Subcontracting Plan FAR 52.219-14 Limitations on Subcontracting FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals � Representations FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-8 Discounts for Prompt Payment FAR 52.232-11 Extras 5 FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop-Work Order FAR 52.242-17 Government Delay of Work FAR 52.243-1 Changes�Fixed Price FAR 52.246-16 Responsibility for Supplies FAR 52.247-29 F.O.B. Origin FAR 52.249-1 Termination for Convenience of the Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representations Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A System of Award Management DFARS 252.204-7007 Alternate A Annual Representations and Certifications DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements DFARS 252.222-7999 Combating Race and Sex Stereotyping (Deviation 2021-O0001) DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies DFARS 252.225-7041 Correspondence In English DFARS 252.225-7048 Export-Controlled Items DFARS 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFARS 252.227-7032 Right in Technical Data and Computer Software (Foreign) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontract for Commercial Items. Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: https://www.acquisition.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e73b0c6ae674a9690a769027d35ea1e/view)
 
Place of Performance
Address: Fort Liberty, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN07075008-F 20240525/240523230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.