Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2011 FBO #3367
SOLICITATION NOTICE

W -- TRAINING SITES - Request for Quote

Notice Date
2/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ11T0010
 
Archive Date
3/4/2011
 
Point of Contact
Khaleelah S. Wright,
 
E-Mail Address
kwright@cns.gov
(kwright@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation CNSHQ11T0010 This is a combined synopsis/request issued under solicitation number CNSHQ11T0010 for proposals for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The government anticipates multiple awards of two-year Blanket Purchase Agreements (BPA). This procurement is unrestricted and the applicable North American Industry Classification (NAICS) code is 531190, Lessors of Other Real Estate Property ($7.0 Million), Except Leasing of Building Space to Federal Government by Owners ($20.5 Million). The Corporation of National and Community Service (CNCS) have a requirement for training sites at the AmeriCorps NCCC Atlantic Region's Campus in Perry Point, MD. CNCS anticipates award of multiple BPAs as a result of this Request for Quote (RFQ). The Statement of Work (SOW) is inclusive of the attached solicitation. The company MUST be within a 50-mile radius of the campus, located in Perry Point, MD. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-48 dated 12/30/2010. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.acquisition.gov/far/. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION Quotation submittal and all other required documents must be submitted in accordance with this RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and it shall not receive consideration for award. Please provide a complete price quote and attach a copy of your CAGE Code, DUNS Number, Tax Identification Number, discount terms, and expiration date to your quote. Additionally contractors must provide resumes of contractor personnel that will be performing the duties listed in the SOW. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Company's Technical Qualifications (All below items must be in accordance with the Statement of Work) a. Maximum size for space (up to 500 people) b. Ability to hold multiple training sessions throughout the year, if necessary c. Company must be within a 50-mile radius of the NCCC campus (Perry Point, MD). d. Ability to provide required materials (Tables, chairs, audio/visual equipment (projector, projector screen, microphones, speakers, wireless access, etc.)) The above criteria will be utilized to determine technical acceptability. Section 2: Pricing Offerors shall submit pricing for the items specified within the Statement of Work. **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. FAR 52.212-3: Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. **Offerors that submit quotations without the quotation cover page may be deemed non-responsive and not receive consideration for award. Additional Information: **Contractor shall submit invoices on a monthly basis. Payment will be made monthly in arrears. SUPPLIES OR SERVICES TO BE PROVIDED This is a Time and Materials (T&M) type Blanket Purchase Agreement that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via the Lowest Price Technically Acceptable (LPTA). BPA Single Call Limit: $5,000 BPA Ceiling: $30,000.00 (Per BPA) PERIOD OF PERFORMANCE The duration of this Blanket Purchase Agreement is five years. Pricing shall remain in effect for the duration of the BPA. QUESTIONS PERTAINING TO SOLICITATION (1) Questions shall be addressed to the Contract Specialist only, at the following email address: Khaleelah Wright - kwright@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include in the subject line "Training Sites". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. (2) The question period will end Monday, February 14, 2011 at 10:00AM Eastern Time. Questions submitted after this date and time will not be answered. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY (1) U.S. Postal Service, Over Night Carrier or Fax submissions will not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFP number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: kwright@cns.gov Khaleelah Wright, Contract Specialist And ljdawson@cns.gov Leroy Dawson, Contracting Officer **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Thursday, February 17, 2011 at 12:00pm Eastern Time. ** (2) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Here are the following page restrictions by sections: Section 1-. Company's Technical Qualifications shall not exceed ten (10) pages. Section 2- Pricing Proposal shall not exceed five (5) pages. Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Charts, Graphs, glossary of terms, exhibits, drawings, pictures, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, and submit with offer. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far. 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; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.232-34 Payments by Electronic Funds Transfer-Other than Central Contractor Registration. **Offerors that submit quotation without the quotation cover page and ORCA/FAR 52.212-3 will be deemed non-responsive and may not receive consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ11T0010/listing.html)
 
Place of Performance
Address: PO BOX 27, BUILDING 15, Perry Point, Maryland, 21902, United States
Zip Code: 21902
 
Record
SN02377161-W 20110212/110210234246-bf82ce99b458a1629de2e4db7de6d9be (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.