Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOLICITATION NOTICE

U -- CSRS AND FERS AND MID-CAREER AND THRIFT SAVING SEMINARS AND TRAINING

Notice Date
3/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code210.H, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNH12425850Q2
 
Response Due
4/2/2012
 
Archive Date
3/21/2013
 
Point of Contact
Felecia L. London, Simplified Acquisition Specialist, Phone 301-286-4112, Fax 301-286-0356, Email felecia.l.london.1@gsfc.nasa.gov - Jennifer O'Connell, Senior Contracting Officer, Phone 301-286-3936, Fax 301-286-0357, Email Jennifer.A.OConnell@nasa.gov
 
E-Mail Address
Felecia L. London
(felecia.l.london.1@gsfc.nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for non-commercial items preparedin accordance with the format in FAR 13, as supplemented with additional informationincluded in this notice. This announcement constitutes the only solicitation; offers arebeing requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations for:CSRS RETIREMENT TRAINING: MAY 8-9, AND AUGUST 21-22, 2012 (course length) (2) Days eaFERS RETIREMENT TRAINING: APRIL 25-26, JUNE 5-6 AND SEPTEMBER 19-20, 2012 (course length)(2) Days eaMID-CAREER FERS TRAINING: MAY 15-16, 2012 AND NOVEMBER 6-7, 2012(course length) (2)days eaTHRIFT SAVING PLAN: MAY 3, 2012 AND OCTOBER 10, 2012 (course length)(1/2) Days The Contractor shall deliver classroom learning with each session up to thirtyparticipants to attend at NASA Headquarters, HRMD/Employee and Organizational ExcellenceOffice Training Room Facilities located in Washington, DC.The Contractor shall employ best standards and provide expertise in developingprocurement training and development in the federal government.The Contractor schedule time should be 8:30am - 4:00pm for each scheduled activity exceptfor the Thrift Saving Plan.The Thrift Saving Plan sessions are scheduled at 9:00am - 12:00pm and 1:00 - 3:00pm.The Contractor responsibilities will be power point presentation handouts and coursereference books.NASA Responsibilities will be location and parking access training room, audio visualequipment, laptop, flipchart, flipchart stand, and markers.The provisions and clauses in the RFQ are those in effect through FAC 2005-56.This procurement is being conducted under Simplified Acquisition Procedures (SAP). TheGovernment does not intend to acquire a commercial item using FAR Part 12.The NAICS Code and the small business size standard for this procurement are 611430 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement. This procurement is a TOTAL SMALL BUSINES set-aside.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/HQ is required within 30 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 2:30pm on 04/02/2012 to FeleciaLondon, via email to Felecia.l.London @nasa.gov and must include, solicitation number,FOB destination to this Center, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative. The following FAR 52.252-2 incorporated by reference: 52.204-7, 52.204-10, 52.222-3,52.222-21, 52.222-25, 52.222-26, 52.222-36, 52.222-50, 52.223-6, 52.223-18, 52.225-25,52.232-1, 52.232-8, 52.232-25, 52.232-33,52.233-1, 52.233-3, 52.233-4, 52.237-2,52.244-6, 52.247-34, 52.249-1FAR 52.204-8 Annual Representations and Certifications. (MAR 2012) (a)(1) The North American Industry Classification System (NAICS) code for thisacquisition is __________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its ownname, other than on a construction or service contract, but which proposes to furnish aproduct which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in thissolicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror iscurrently registered in CCR, and has completed the ORCA electronically, the offeror maychoose to use paragraph (d) of this provision instead of completing the correspondingindividual representations and certifications in the solicitation. The offeror shallindicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individualrepresentations and certifications in the solicitation. (c)(1) The following representations or certifications in ORCA are applicable to thissolicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies tosolicitations when a firm-fixed-price contract or fixed-price contract with economicprice adjustment is contemplated, unless (A) The acquisition is to be made under the simplified acquisition procedures in Part 13;(B) The solicitation is a request for technical proposals under two-step sealed biddingprocedures; or (C) The solicitation is for utility services for which rates are set by law orregulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence CertainFederal Transactions. This provision applies to solicitations expected to exceed$150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that donot include the clause at 52.204-7, Central Contractor Registration. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision appliesto solicitations that (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-2, Prohibition on Contracting with Inverted DomesticCorporationsRepresentation. This provision applies to solicitations using fundsappropriated in fiscal years 2008, 2009, or 2010. (vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies tosolicitations where the contract value is expected to exceed the simplified acquisitionthreshold. (vii) 52.214-14, Place of PerformanceSealed Bidding. This provision applies toinvitations for bids except those in which the place of performance is specified by theGovernment. (viii) 52.215-6, Place of Performance. This provision applies to solicitations unless theplace of performance is specified by the Government. (ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). Thisprovision applies to solicitations when the contract will be performed in the UnitedStates or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD,NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, orthe Coast Guard. (x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting bysealed bidding and the contract will be performed in the United States or its outlyingareas. (xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies tosolicitations that include the clause at 52.222-26, Equal Opportunity. (xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations,other than those for construction, when the solicitation includes the clause at52.222-26, Equal Opportunity. (xiii) 52.222-38, Compliance with Veterans Employment Reporting Requirements. Thisprovision applies to solicitations when it is anticipated the contract award will exceedthe simplified acquisition threshold and the contract is not for acquisition ofcommercial items. (xiv) 52.223-1, Bio based Product Certification. This provision applies to solicitationsthat require the delivery or specify the use of USDAdesignated items; or include theclause at 52.223-2, Affirmative Procurement of Bio based Products Under Service andConstruction Contracts. (xv) 52.223-4, Recovered Material Certification. This provision applies to solicitationsthat are for, or specify the use of, EPAdesignated items. (xvi) 52.225-2, Buy American Act Certificate. This provision applies to solicitationscontaining the clause at 52.225-1. (xvii) 52.225-4, Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate.(Basic, Alternates I, II, and III.) This provision applies to solicitations containingthe clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provisionwith its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $77,494, the provisionwith its Alternate II applies. (D) If the acquisition value is $77,494 or more but is less than $100,000, the provisionwith its Alternate III applies. (xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitationscontaining the clause at 52.225-5. (xix) 52.225-20, Prohibition on Conducting Restricted Business Operations inSudanCertification. This provision applies to all solicitations. (xx) 52.225-25, Prohibition on Contracting with Entities Engaging in SanctionedActivities Relating to IranRepresentation and Certification. This provision applies toall solicitations. (xxi) 52.226-2, Historically Black College or University and Minority InstitutionRepresentation. This provision applies to (A) Solicitations for research, studies, supplies, or services of the type normallyacquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged BusinessConcerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] __ (i) 52.219-22, Small Disadvantaged Business Status. __ (A) Basic. __ (B) Alternate I. __ (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed EndProducts. __ (iii) 52.222-48, Exemption from Application of the Service Contract Act to Contractsfor Maintenance, Calibration, or Repair of Certain Equipment Certification. __ (iv) 52.222-52, Exemption from Application of the Service Contract Act to Contractsfor Certain ServicesCertification. __ (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered MaterialContent for EPADesignated Products (Alternate I only). __ (vi) 52.227-6, Royalty Information. __ (A) Basic. __(B) Alternate I. __ (vii) 52.227-15, Representation of Limited Rights Data and Restricted ComputerSoftware. (d) The offeror has completed the annual representations and certificationselectronically via the Online Representations and Certifications Application (ORCA)website accessed through https://www.acquisition.gov. Afterreviewing the ORCA database information, the offeror verifies by submission of the offerthat the representations and certifications currently posted electronically that apply tothis solicitation as indicated in paragraph (c) of this provision have been entered orupdated within the last 12 months, are current, accurate, complete, and applicable tothis solicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201); except for the changes identified below[offeror to insert changes, identifying change by clause number, title, date]. Theseamended representation(s) and/or certification(s) are also incorporated in this offer andare current, accurate, and complete as of the date of this offer.FAR CLAUSE #TITLE DATE CHANGE ____________ _________ _____ _______ Any changes provided by the offeror are applicable to this solicitation only, and do notresult in an update to the representations and certifications posted on ORCA. (End of provision) FAR 52.213-4 (March 2012), Terms and Conditions Simplified Acquisition (Other ThanCommerical) Item is applicableFAR 52.225-20PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDANCERTIFICATION (AUG2009) (a) Definitions. As used in this provision Business operations means engaging in commerce in any form, including by acquiring,developing, maintaining, owning, selling, possessing, leasing, or operating equipment,facilities, personnel, products, services, personal property, real property, or any otherapparatus of business or commerce. Marginalized populations of Sudan means (1) Adversely affected groups in regions authorized to receive assistance under section8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note);and (2) Marginalized areas in Northern Sudan described in section 4(9) of such Act. Restricted business operations means business operations in Sudan that include powerproduction activities, mineral extraction activities, oil-related activities, or theproduction of military equipment, as those terms are defined in the Sudan Accountabilityand Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do notinclude business operations that the person (as that term is defined in Section 2 of theSudan Accountability and Divestment Act of 2007) conducting the business can demonstrate(1) Are conducted under contract directly and exclusively with the regional government ofsouthern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign AssetsControl in the Department of the Treasury, or are expressly exempted under Federal lawfrom the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeepingforce or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health oreducation; or (6) Have been voluntarily suspended. (b) Certification. By submission of its offer, the offeror certifies that the offerordoes not conduct any restricted business operations in Sudan. (End of provision) NASA FAR Supplement clauses: 1852.223-72 Safety and Health (APRIL 2002)a) Safety is the freedom from those conditions that can cause death, injury, occupationalillness; damage to or loss of equipment or property, or damage to the environment. NASAs safety priority is to protect: (1) the public, (2) astronauts and pilots, (3) theNASA workforce (including contractor employees working on NASA contracts), and (4)high-value equipment and property. (b) The Contractor shall take all reasonable safety and occupational health measuresconsistent with standard industry practice in performing this contract. The Contractorshall comply with all Federal, State, and local laws applicable to safety andoccupational health and with the safety and occupational health standards,specifications, reporting requirements, and any other relevant requirements of thiscontract. (c) The Contractor shall take, or cause to be taken, any other safety, and occupationalhealth measures the Contracting Officer may reasonably direct. To the extent that theContractor may be entitled to an equitable adjustment for those measures under the termsand conditions of this contract, the equitable adjustment shall be determined pursuant tothe procedures of the Changes clause of this contract; provided, that no adjustment shallbe made under this Safety and Health clause for any change for which an equitableadjustment is expressly provided under any other clause of the contract. (d) The Contracting Officer may notify the Contractor in writing of any noncompliancewith this clause and specify corrective actions to be taken. In situations where theContracting Officer becomes aware of noncompliance that may pose a serious or imminentdanger to safety and health of the public, astronauts and pilots, the NASA workforce(including Contractor employees working on NASA contracts), or high value missioncritical equipment or property, the Contracting Officer shall notify the Contractororally, with written confirmation. The Contractor shall promptly take and report anynecessary corrective action. The Government may pursue appropriate remedies in the eventthe Contractor fails to promptly take the necessary corrective action. (e) The Contractor (or subcontractor or supplier) shall insert the substance of thisclause, including this paragraph (e) and any applicable Schedule provisions, withappropriate changes of designations of the parties, in subcontracts of every tier thatexceed the micro-purchase threshold.(End of clause)1852.233-70 Protests to NASA. (OCT 2002) Potential bidders or offerors may submit a protest under 48 CFR Part 33 (FAR Part33) directly to the Contracting Officer. As an alternative to the Contracting Officer'sconsideration of a protest, a potential bidder or offeror may submit the protest to theAssistant Administrator for Procurement, who will serve as or designate the officialresponsible for conducting an independent review. Protests requesting an independentreview shall be addressed to Assistant Administrator for Procurement, NASA Code H,Washington, DC 20546-0001. (End of provision)NASA FAR Incorporated by Reference: 1852.237-73 RELEASE OF SENSITIVE INFORMATION (JUNE2005) NASA FAR Supplement clauses incorporated by reference 1852.245-82The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html the NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to FeleciaLondon no later than 3:00pm on 03/26/2012. Telephone questions will not be accepted.Selection and award will be made to the lowest priced, technically acceptable offeror.,with acceptable past performance. Technical acceptability will be determined by reviewof information submitted by the offeror which must provide a description in sufficientdetail to show that the offer meets the Government's requirement. Past Performanceacceptability will be determined by review of the quality of course delivery inaccordance with FAR 13.106 (B)(3)(ii).An OMBUDSMAN has been appointed -- See NASA Specific Note 'B'.-1852.215-84It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04. Potential offerors will be responsible for downloading their own copy of thiscombination synopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/HQ/OPHQDC/NNH12425850Q2/listing.html)
 
Record
SN02702718-W 20120323/120322000011-ac3a6d003405d635e9178f6803d3cb62 (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.