Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2004 FBO #0858
SOLICITATION NOTICE

U -- COURSE - EXECUTIVE LEVEL DEVELOPMENT COURSES FOR NAVY EXECUTIVES

Notice Date
3/31/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 NWS SEAL BEACH, 800 SEAL BEACH BLVD, SEAL BEACH, CA
 
ZIP Code
00000
 
Solicitation Number
N0024404T0493
 
Response Due
4/19/2004
 
Archive Date
5/19/2004
 
Point of Contact
MICHELLE BELTRAN 562-626-7580
 
E-Mail Address
Email your questions to click here to get more information about FISC, San Diego
(michelle.beltran@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the solicitation; quotations are being requested. A written solicitation will not be issued. The Request for Quotation (RFQ) number is N00244-04-T-0493. The solicitation document and provisions incorporates clauses of the Federal Acquisition Regulation and Defense Federal Acquisition Regulation. The Standard Industrial Classification Code is 8299; the small business size standard is 5.0 Million. This procurement will be solicited as a sole source procurement to Center for Creative Leadership, Greensboro, NC. The requirement is for Services to conduct senior executive education for military and civilian leadership. Estimate 30 individual to attend the training each contract year. Period of Performance is Base Year ? Date of Aw ard through Sept 30, 2004-- Option Year 1 ? October 1, 2004 through September 30, 2005 - Option Year 2 ? October 1, 2005 through September 30, 2006.--Executive education shall consist of advanced topics in leadership and leadership development. Coaching and follow-up on conducted courses will be completed as part of this senior executive education process. ELO/FLAG University requires executive assessment tools and methodologies that will structure individual development plans toward appropriate opportunities for education in specified areas (leadership, operations, executive business management, finance, information technology), based on individual profiles. The assessment technology must address the program menu, generate reliable and valid quantitative results and serve as guides to self-awareness and self-motivated development and performance support. This requirement cons ists of three tasks: (1)The contractor shall have a proven track record in both original leadership research and program delivery, as well as the ability to coordinate effectively with the Program Director, to complete individual leadership, operational, and executive education assessments of all US Navy Flag and SES executives. (2) Contractor will have a sequential, established leadership curriculum and faculty in place, as well as IT resources to support attendees via the Internet. Contractor should be able to deliver programs both in the United States and at selected international locations. (3) Assessment of attendee?s leadership strengths and weaknesses will form a core for development activities. Assessment will include multi-rater feedback instrumentation, psychological surveys, and direct observation by contractor?s staff, and must include one-on-one opportunities for each attendee to meet with a suitably qualified individual to interpret data and consolidate information. All instrumentation in programs must meet requirements for reliability and validity as defined by the American Psychological Association. In order to meet the varying needs of the executive population, the contractor shall coordinate with the Program Director to develop courses on leadership development and advanced topics in leadership. In order to further enhance ongoing efforts to build resilience in the use of contemporary information technology, contractor is expected to maximize use of this technology as part of both program support and operations as well as the training experience. These efforts should include use of on-line Internet assessment technology wherever feasible, as well as computer simulations for executive level programs. Contracto r will also make maximum use of technology in the classroom through presentations, videoconferencing when applicable to the material, and a ?high-touch? system for communicating with participants via email. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following FAR clauses: 52.219-9, Option to Extend the Term of the Contract, Variation; 52.219-1, Small Business Program Representations; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act Of 1965m As Amended; 52.247-34, F.O.B. Destination; 5252.245-9401, Government Furnished Property; The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies as well as the following DFARS clauses 252.225-7001, Buy American Act and Balance of Payment Program 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payment Program; 252,247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Place of Performance. The work should be completed at contractor-owned and operated facilities. In order to reduce time and travel expense, contractor should have, as a minimum, locations on the US east and west coasts, in addition to an international location. The contractor shall provide a written statement addressing each of the requirements listed herein. --Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items?Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made based on the determination of fair and reasonable price, contractor determined responsible within the meaning of FAR, Part 9 and conformance of the requirements set forth herein. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplemen t (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.). Fax number is 562-626-7877. Anticipated award date is 12 April 2004. BLO3 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; quotations are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) No. is N00244-00-t-1589. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-019 and Defense Acquisition Change Notice 20000831. The Standard Industrial Classification Code is ; the small business size standard is . This procurement is for preventive and remedial maintenance of The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following FAR clauses: 52.219-1, Small Business Program Representations; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietname Eara; 52.222-36, Affirmative Action for W orkers with Disabilitiesd; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.247-34, F.O.B. Destination. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies as well as the following DFARS clauses 252.225-7001, Buy American Act and Balance of Payment Program; (ADD APPLICABLE CLAUSES: 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payment Program; 252.247-7024), Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotatioon: FAR 52.212- 3, Offeror Representation and Certifications - Commercial Items?Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars . Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.). Fax number is 562-626-7877. Anticipated award date is 29 September 2000.
 
Web Link
click here to get more information about FISC, San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00557691-W 20040402/040331212512 (fbodaily.com)
 
Source
FedBizOpps.gov 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.