Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

U -- ***AMENDED***Request for Quote - Course - Negotiation, Persuasion, and Communication

Notice Date
6/17/2024 2:48:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1STAB4123A001
 
Response Due
6/20/2024 10:00:00 AM
 
Archive Date
06/21/2024
 
Point of Contact
Maria Estevane, Phone: 6612778447, Justin T. Fobel, Phone: 6612773986, Fax: 6612770470
 
E-Mail Address
maria.estevane.1@us.af.mil, justin.fobel@us.af.mil
(maria.estevane.1@us.af.mil, justin.fobel@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
****AMENDED**** Amended requirements, see Attachment 1_v3� New Criteria for this Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the�format in 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. The Simplified Acquisition Procedures (FAR Part 13) will be used� for requirement. (ii) Solicitation Number: F1STAB4123A001*Please provide the full solicitation number on all�packages** (iii) This solicitation document and incorporated provisions and clauses are in effect through�Federal Acquisition Circular (FAC) 2024-04 and DFARS Change 4/25/2024 and DAFAC 2023-0707. (iv) THIS REQUIREMENT WILL BE: Firm Fixed Price, 100% Small Business Set-Aside. The North American�Industry Classification System (NAICS) number for this acquisition is 611430 with a size standard�$15M. (v) Submission instructions: Interested parties who believe they can meet all the requirements for the items described in the�synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination�Edwards AFB, CA 93524.Offerors are required to submit a quote with enough information for the Government to evaluate the�requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via�email, please note the maximum file size is 10MB. Emails over this file size will not be received.�Submit only written offers; oral offers will not be accepted.This solicitation is issued as a Request for Quote (RFQ). The Government requests offerors to�submit a Firm Fixed Price quote for the Negotiation, Persuasion, and Communications Course in�accordance with (IAW) the attached Statement of Requirements�(attachment 1_v3)�and instructions below. Descriptive� � � � �Data� � � � � � � � � � � �Number of Students � Cost Per Unit � �Total� CLIN 0001� � � � � Course Offering� � � � � � 32 CLIN 0002� � � � �Course Offering� � � � � � �34 (vi) Description of services to be acquired: The request is for a 4 day in-person course on��Negotiation, Persuasion, and Communications conducted at Edwards AFB.�Specific course dates to��support two separate cohorts the week of 15 July 2024 and the week of 22 July. (vii) �Period of Performance: Total of 8 Days CLIN 0001 � week of 15 July 2024 CLIN 0002 � week of 22 July 2024 (vi) Description of services to be acquired: The request is for a 4 day in-person course on��Negotiation, Persuasion, and Communications conducted at Edwards AFB.�Specific course dates to��support two separate cohorts the week of 15 July 2024 and the week of 22 July.� (vii) �Period of Performance: Total of 8 Days CLIN 0001 � week of 15 July 2024 CLIN 0002 � week of 22 July 2024 Course Requirements: 1.� Shall provide multiple modalities of instruction to include hands-on, practical application exercises. 2.� Course shall cover the following material: � � �Negotiation: shall address, at a minimum, negotiation strategies, preparation, psychology,�effective communication, and common errors. � � �Persuasion: shall address, at a minimum, persuasion strategies/techniques/methods,�preparation, psychology, effective communication, and common errors. � � � Communication: techniques for effective communication, active listening skills, tone/body�language/non-verbal, emotional intelligence (primary areas of focus are negotiation and�persuasion as outlined above). 3.� Course material shall be relevant to students� future roles as test leaders in the U.S. Air Force and�U.S. Space Force test and acquisition enterprise. This will be assessed with the following: � � �Offerors must submit a syllabus detailing class content and how well it aligns with each of�the required focus areas. � � � Provide a list of source materials for course content. � � �Please provide opportunities for customization based on the mission of the Test Pilot�School. 4.� Quality of instruction shall be commensurate with that of the nation�s leading business school�programs. This will be assessed with the following: � � � Offeror must submit a resume or CV or each instructor detailing professional backgrounds�and education in the required focus areas. � � � Offeror must meet the quality of instruction requirement, proposed instructors shall have�prior instructing experience in the above subject areas at a school that meets the standard�of ""nation's leading business school programs"", to include executive education. ""Nation's�leading business school programs"" refers to Ivy League quality Graduate OR Executive�Education level programs. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition to the following information shall be include: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. UEI Number: b. CAGE Code: c. Contractor Name: d. Payment Terms (net30) or Discount: e. Point of Contact and Phone Number: f. Email address: g. FOB (destination or origin): h. Date Offer Expires: (ix) The provision at FAR 52.212-2, Evaluation � Commercial Items applies to this acquisition. (a) ADDENDUM to FAR 52.212-2, Evaluation � Commercial Items. 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) Technically capability of the item offered to meet the Government requirement. (2) Price. As the evaluation of competing quotations in the technical aspect become more equal in rating, the more important Price shall become in selecting the best value for the government. Technical areas shall be evaluated IAW FAR 13.106-2(b)(3), Evaluation of Quotations or Offers. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition�procedures and Best Value in which competing offerors technical performance and price will be evaluated to determine the award. Technical areas are more important than Price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1�""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and�conditions, representations and certifications, the model contract, and technical requirements, in addition�to those identified as evaluation factors. All technically acceptable offers will be treated equally except�for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms�and conditions and provide complete accompanying rationale. The evaluation process shall proceed as�follows: (1) Technical Acceptability - Quotes must be rated as technically acceptable to be eligible for award.�To be deemed technically acceptable, the following evaluation criteria must be met: Technical capability�of the item offered to meet the Government requirement of the Statement of Requirements (attachment 1). (2) Price Evaluation - Next, offerors will be ranked according to overall price. Included as part of the�price evaluation is a review for price reasonableness. An offeror's proposed Total Price will be�determined by as called for in the Statement of Requirements. Offerors whose total evaluated price is�unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that�basis. To reiterate for reasonableness the total evaluated price will be evaluated.�Up to one award will be made under this solicitation. Awards will be conducted under the provisions of�FAR Part 12, Commercial Items, and FAR 13, Simplified acquisition Procedures. Submit only written�offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for�Award Management (SAM). (x) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror�Representations and Certifications � Commercial Items, with its offer. Completion of FAR 52.212-3�electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � commercial items, applies to this�acquisition.� (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or�Executive Orders � Commercial Items, applies to this acquisition.�The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.219-28 Post Award Small Business Program Representation (Sep 2023) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-50 Combating Trafficking in Persons (Nov 2021) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of�provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and�may change from the list provided below. Full text clauses can be accessed via�https://www.acquisition.gov/. PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality�Agreements or Statements-Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) CLAUSES FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Nov 2021) FAR 52.204�27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting�(DEVIATION 204-O0013) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Apr 2022) DFARS 252.227-7015 Technical Data � Commercial Items (Mar 2023) DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Jan 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) AFFARS 5352.201-9101 Ombudsman (Jul 2023) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Quote Submission Information: It is the government�s intent to award without discussions. Therefore, each initial quote should contain�the offeror�s best terms from a price and technical standpoint. However, the government reserves the�right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Please submit any questions regarding this solicitation, in writing to the POC email listed below.�QUESTIONS REGARDING THIS SOLICITATION ARE DUE 18 MAY 2024 on or before 3:00�PM Pacific Standard Time (PST). Offers are due by 20 JUNE 2024 at 12:00 PM Pacific Standard Time (PST). Offers must be sent to�Justin Fobel at justin.fobel@us.af.mil and Maria Estevane at maria.estevane.1@us.af.mil via electronic�mail. No late submissions will be accepted. ****AMENDED***** Amended requirements, see Attachment 1_v2 Date Offers Due - 18 June 2024 by 10:00am PST ****AMENDED**** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the�format in 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. The Simplified Acquisition Procedures (FAR Part 13) will be used� for requirement. (ii) Solicitation Number: F1STAB4123A001*Please provide the full solicitation number on all�packages** (iii) This solicitation document and incorporated provisions and clauses are in effect through�Federal Acquisition Circular (FAC) 2024-04 and DFARS Change 4/25/2024 and DAFAC 2023-0707. (iv) THIS REQUIREMENT WILL BE: Firm Fixed Price, 100% Small Business Set-Aside. The North American�Industry Classification System (NAICS) number for this acquisition is 611430 with a size standard�$15M. (v) Submission instructions: Interested parties who believe they can meet all the requirements for the items described in the�synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination�Edwards AFB, CA 93524.Offerors are required to submit a quote with enough information for the Government to evaluate the�requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via�email, please note the maximum file size is 10MB. Emails over this file size will not be received.�Submit only written offers; oral offers will not be accepted.This solicitation is issued as a Request for Quote (RFQ). The Government requests offerors to�submit a Firm Fixed Price quote for the Negotiation, Persuasion, and Communications Course in�accordance with (IAW) the attached Statement of Requirements (attachment 1_v2) and instructions below. Descriptive� � � � �Data� � � � � � � � � � � �Number of Students � Cost Per Unit � �Total� CLIN 0001� � � � � Course Offering� � � � � � 32 CLIN 0002� � � � �Course Offering� � � � � � �34 (vi) Description of services to be acquired: The request is for a 4 day in-person course on��Negotiation, Persuasion, and Communications conducted at Edwards AFB. Specific course dates to��support two separate cohorts the week of 15 July 2024 and the week of 22 July. (vii) �Period of Performance: Total of 8 Days CLIN 0001 � week of 15 July 2024 CLIN 0002 � week of 22 July 2024 (vi) Description of services to be acquired: The request is for a 4 day in-person course on��Negotiation, Persuasion, and Communications conducted at Edwards AFB. Specific course dates to��support two separate cohorts the week of 15 July 2024 and the week of 22 July.� (vii) �Period of Performance: Total of 8 Days CLIN 0001 � week of 15 July 2024 CLIN 0002 � week of 22 July 2024 Course Requirements: 1.� Shall provide multiple modalities of instruction to include hands-on, practical application exercises. 2.� Course shall cover the following material: � � �Negotiation: shall address, at a minimum, negotiation strategies, preparation, psychology,�effective communication, and common errors. � � �Persuasion: shall address, at a minimum, persuasion strategies/techniques/methods,�preparation, psychology, effective communication, and common errors. � � � Communication: techniques for effective communication, active listening skills, tone/body�language/non-verbal, emotional intelligence (primary areas of focus are negotiation and�persuasion as outlined above). 3.� Course material shall be relevant to students� future roles as test leaders in the U.S. Air Force and�U.S. Space Force test and acquisition enterprise. This will be assessed with the following: � � �Offerors must submit a syllabus detailing class content and how well it aligns with each of�the required focus areas. � � � Provide a list of source materials for course content. � � �Please provide opportunities for customization based on the mission of the Test Pilot�School. 4.� Quality of instruction shall be commensurate with that of the nation�s leading business school�programs. This will be assessed with the following: � � � Offeror must submit a resume or CV or each instructor detailing professional backgrounds�and education in the required focus areas. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition to the following information shall be include: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. UEI Number: b. CAGE Code: c. Contractor Name: d. Payment Terms (net30) or Discount: e. Point of Contact and Phone Number: f. Email address: g. FOB (destination or origin): h. Date Offer Expires: (ix) The provision at FAR 52.212-2, Evaluation � Commercial Items applies to this acquisition. (a) ADDENDUM to FAR 52.212-2, Evaluation � Commercial Items. 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) Technically capability of the item offered to meet the Government requirement. (2) Price. As the evaluation of competing quotations in the technical aspect become more equal in rating, the more important Price shall become in selecting the best value for the government. Technical areas shall be evaluated IAW FAR 13.106-2(b)(3), Evaluation of Quotations or Offers. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition�procedures and Best Value in which competing offerors technical performance and price will be evaluated to determine the award. Technical areas are more important than Price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1�""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and�conditions, representations and certifications, the model contract, and technical requirements, in addition�to those identified as evaluation factors. All technically acceptable offers will be treated equally except�for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms�and conditions and provide complete accompanying rationale. The evaluation process shall proceed as�follows: (1) Technical Acceptability - Quotes must be rated as technically acceptable to be eligible for award.�To be deemed technically acceptable, the following evaluation criteria must be met: Technical capability�of the item offered to meet the Government requirement of the Statement of Requirements (attachment 1). (2) Price Evaluation - Next, offerors will be ranked according to overall price. Included as part of the�price evaluation is a review for price reasonableness. An offeror's proposed Total Price will be�determined by as called for in the Statement of Requirements. Offerors whose total evaluated price is�unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that�basis. To reiterate for reasonableness the total evaluated price will be evaluated.�Up to one award will be made under this solicitation. Awards will be conducted under the provisions of�FAR Part 12, Commercial Items, and FAR 13, Simplified acquisition Procedures. Submit only written�offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for�Award Management (SAM). (x) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror�Representations and Certifications � Commercial Items, with its offer. Completion of FAR 52.212-3�electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � commercial items, applies to this�acquisition.� (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or�Executive Orders � Commercial Items, applies to this acquisition.�The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.219-28 Post Award Small Business Program Representation (Sep 2023) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-50 Combating Trafficking in Persons (Nov 2021) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of�provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and�may change from the list provided below. Full text clauses can be accessed via�https://www.acquisition.gov/. PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality�Agreements or Statements-Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) CLAUSES FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Nov 2021) FAR 52.204�27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting�(DEVIATION 204-O0013) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Apr 2022) DFARS 252.227-7015 Technical Data � Commercial Items (Mar 2023) DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Jan 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) AFFARS 5352.201-9101 Ombudsman (Jul 2023) (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Quote Submission Information: It is the government�s intent to award without discussions. Therefore, each initial quote should contain�the offeror�s best terms from a price and technical standpoint. However, the government reserves the�right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Please submit any questions regarding this solicitation, in writing to the POC email listed below.�QUESTIONS REGARDING THIS SOLICITATION ARE DUE 17 MAY 2024 on or before 12:00�PM Pacific Standard Time (PST). Offers are due by 18 JUNE 2024 at 12:00 PM Pacific Standard Time (PST). Offers must be sent to�Justin Fobel at justin.fobel@us.af.mil and Maria Estevane at maria.estevane.1@us.af.mil via electronic�mail. No late submissions will be accepted. **********************************AMENDED****************************************************** Added Questions/Answer Date Offers Due 3 Jun 2024 by 12:00 pm PST --------------------------------------------- Date Offers Due 31 May, 2024 by 12:00 PM *************************************AMENDED***************************************** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the�format in 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. The Simplified Acquisition Procedures (FAR Part 13) will be used� for requirement. (ii) Solicitation Number: F1STAB4123A001*Please provide the full solicitation number on all�packages** (iii) This solicitation document and incorporated provisions and clauses are in effect through�Federal Acquisition Circular (FAC) 2024-04 and DFARS Change 4/25/2024 and DAFAC 2023-0707. (iv) THIS REQUIREMENT WILL BE: Firm Fixed Price, 100% Small Business Set-Aside. The North American�Industry Classification System (NAICS) number for this acquisition is 611430 with a size standard�$15M. (v) Submission instructions: Interested parties who believe they can meet all the requirements for the items described in the�synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination�Edwards AFB, CA 93524.Offerors are required to submit a quote with enough information for the Government to evaluate the�requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via�email, please note the maximum file size is 10MB. Emails over this file size will not be received.�Submit only written offers; oral offers will not be accepted.This solicitation is issued as a Request for Quote (RFQ). The Government requests offerors to�submit a Firm Fixed Price quote for the Negotiation, Persuasion, and Communications Course in�accordance with (IAW) the attached Statement of Requirements (attachment 1_v2) and instructions below. Descriptive� � � � �Data� � � � � � � � � � � �Number of Students � Cost Per Unit � �Total� CLIN 0001� � � � � Course Offering� � � � � � 32 CLIN 0002� � � � �Course Offering� � � � � � �34 (vi) Description of services to be acquired: The request is for a 4 day in-person course on��Negotiation, Persuasion, and Communications conducted at Edwards AFB. Specific course dates to��support two separate cohorts the week of 15 July 2024 and the week of 22 July. (vii) �Period of Performance: Total of 8 Days CLIN 0001 � week of 15 July 2024 CLIN 0002 � week of 22 July 2024 Course Requirements: 1. Shall provide multiple modalities of instruction to include hands?on, practical applicationexercises. 2. Negotiation: shall address, at a minimum, negotiation strategies, preparation, psychology,�effective communication, and common errors. 3. Persuasion: shall address, at a minimum, persuasion strategies/techniques/methods, preparation,�psychology, effective communication, and common errors. 4. Communication: techniques for effective communication, active listening skills, tone/body�language/non?verbal, emotional�intelligence, preparation, public speaking skills. 5. Course material shall be relevant to students� future roles as test leaders in the U.S. Air�Force and�U.S. Space Force test and acquisition enterprise. 6. Quality of instruction shall be commensurate with that of the nation�s leading business school�programs. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this�acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items�Offerors shall prepare their quotations IAW FAR 52.212-1, in addition to the following information�shall be include: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. UEI Number: b. CAGE Code: c. Contractor Name: d. Payment Terms (net30) or Discount: e. Point of Contact and Phone Number: f. Email address: g. FOB (destination or origin): h. Date Offer Expires: (ix) The provision at FAR 52.212-2, Evaluation � Commercial Items applies to this acquisition. (a) ADDENDUM to FAR 52.212-2, Evaluation � Commercial Items. 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) Technically capability of the item offered to meet the Government requirement. (2) Price. As the evaluation of competing quotations in the technical aspect become more equal in�rating, the more important Price shall become in selecting the best value for the government.�Technical areas shall be evaluated IAW FAR 13.106-2(b) (3), Evaluation of Quotations or Offers. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition�procedures and Best Value in which competing offerors technical performance and price will be�evaluated to determine the award. Technical areas are more important than Price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1��""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms�and conditions, representations and certifications, the model contract, and technical requirements,�in addition to those identified as evaluation factors. All technically acceptable offers will be� treated equally except for their prices and performance records. Failure to meet a requirement may�result in an offer being determined technically unacceptable. Offerors must clearly identify any�exception to the solicitation terms and conditions and provide complete accompanying rationale. The�evaluation process shall proceed as follows: (1) Technical Acceptability - Quotes must be rated as technically acceptable to be eligible for�award. To be deemed technically acceptable, the following evaluation criteria must be met:�Technical capability of the item offered to meet the Government requirement of the Statement of�Requirements (attachment 1). (2) Price Evaluation - Next, offerors will be ranked according to overall price. Included as part�of the price evaluation is a review for price reasonableness. An offeror's proposed Total Price�will be determined by as called for in the Statement of Requirements. Offerors whose total�evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may� be rejected on that basis. To reiterate for reasonableness the total evaluated price will be�evaluated. Up to one award will be made under this solicitation. Awards will be conducted under the provisions�of FAR Part 12, Commercial Items, and FAR 13, Simplified acquisition Procedures. Submit only�written offers via e-mail; oral offers will not be accepted. All offerors must be registered with�the System for Award Management (SAM). (x) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror�Representations and Certifications � Commercial Items, with its offer. Completion of FAR 52.212-3�electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � commercial items, applies to this�acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or� Executive Orders � Commercial Items, applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.219-28 Post Award Small Business Program Representation (Sep 2023) FAR 52.222-3 Convic...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/805054f2d86b4c7886b4d1935c4b4060/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07099380-F 20240619/240617230116 (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.