SOLICITATION NOTICE
U -- CHAINSAW TRAINING AND SAFETY - COVER PAGE - STATEMENT OF WORK
- Notice Date
- 10/14/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- 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
- CNSHQ12T0003
- Archive Date
- 11/9/2011
- Point of Contact
- Smith, Phone: 202-606-3232, Leroy Dawson, Phone: 202/606-7551
- E-Mail Address
-
TSmith.guest@cns.gov, ljdawson@cns.gov
(TSmith.guest@cns.gov, ljdawson@cns.gov)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK QUOTE COVER PAGE This is a combined synopsis/request issued under solicitation number CNSHQ12T0003 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 award of a five-year Blanket Purchase Agreement (BPA). This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 2005-53 dated 8/4/2011. This procurement is unrestricted and the applicable North American Industry Classification (NAICS) code is 611710, Educational Support Services. The Corporation of National and Community Service (CNCS) has a requirement for Chainsaw Operational Safety Training at the AmeriCorps NCCC Southwest Region's Campus in Denver, CO. The Government reserves the right to make multiple awards. The Statement of Work (SOW) is attached. See SOW for full Scope of Work including Vendor Requirements, Period of Performance, Instructor Prerequisites, Classroom Requirements, Training Guidelines, Safety Requirements, and Course Objectives. The company MUST be within 1.5 hours driving distance from Denver, CO. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 dated 8/4/2011. 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: Corporate Overview Company's Professional History in relation to Statement of Work Section 2: Company's Technical Qualifications (All below items must be in relation to the Statement of Work) a. Company's Overall Technical Capabilities b. Key Personnel (Provide resumes representative of experience in relation to the prescribed Statement of Work). c. Company must be within 1.5 hours driving distance from Denver, CO The above criteria will be utilized to determine technical acceptability. Section 3: Pricing Quotation Offerors shall submit pricing for the items specified within the combined synopsis in the following format: YEAR ONE Per Member Unit of Issue Rate 01 Corps Members _______ EA tiny_mce_marker_________ 02 Team Leaders ¬ _______ EA tiny_mce_marker_________ 03 Staff _______ EA tiny_mce_marker_________ YEAR TWO 04 Corps Members _______ EA tiny_mce_marker__________ 05 Team Leaders ¬ _______ EA tiny_mce_marker__________ 06 Staff _______ EA tiny_mce_marker__________ YEAR THREE 07 Corps Members _______ EA tiny_mce_marker__________ 08 Team Leaders ¬ _______ EA tiny_mce_marker__________ 09 Staff _______ EA tiny_mce_marker__________ YEAR FOUR 10 Corps Members _______ EA tiny_mce_marker__________ 11 Team Leaders ¬ _______ EA tiny_mce_marker__________ 12 Staff _______ EA tiny_mce_marker__________ YEAR FIVE 13 Corps Members _______ EA tiny_mce_marker__________ 14 Team Leaders _______ EA tiny_mce_marker__________ 15 Staff _______ EA tiny_mce_marker__________ **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: $15,000 BPA Ceiling: $250,000.00 PERIOD OF PERFORMANCE: The period of performance for this Blanket Purchase Agreement is five years. The duration will commence at contract award continuing for 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: Tucker Smith - tsmith.guest@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 "Chainsaw Operational Safety Training". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. (2) The question period will end Tuesday, October 18, 2011 at 2:00PM 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: Tsmith.guest@cns.gov Tucker Smith, 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 Tuesday, October 25, 2011 at 2:00pm 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 Corporate Overview shall not exceed five (5) pages. Section 2- Company's Technical Qualifications shall not exceed ten (10) pages. Section 3- 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 52.222-3 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/CNSHQ12T0003/listing.html)
- Place of Performance
- Address: DENVER, Colorado, 80236, United States
- Zip Code: 80236
- Zip Code: 80236
- Record
- SN02607847-W 20111016/111014234517-e3efee4b35e68058042ac791bacce4ac (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 |