MODIFICATION
U -- Project Management Foundation Course
- Notice Date
- 5/17/2012
- Notice Type
- Modification/Amendment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-12-T-6816
- Response Due
- 5/21/2012
- Archive Date
- 6/20/2012
- Point of Contact
- Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Jeannette L Perez, Contracting Officer, 619-553-9046
- E-Mail Address
-
Contract Specialist
(dorothy.powell@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001 dated 5/11/12 This amendment is issued based on the Government's evaluation of quotes received in response to this solicitation. The Government cannot adequately determine technical acceptability. As such, the Government is modifying the selection criteria to reflect the basis of award to include price and other factors. In addition to price, the Government will evaluate technical quality. Technical quality will be based on: 1. Trainers must be Project Management Institute (PMI) certified and training must be based on the Project Management Body of Knowledge (PMBOK). 2. Quality of the simulated exercise will be based on oral presentation which may include powerpoints slides (PPT) up to 25 slides. PPTs must be included with the quote. The computer simulation scenario must provide for execution of a project that will stress all areas of project Management, from project inception through close out, and cover each of the five PMBOK process groups. The scenario must be exercise as a team approach to flex the student team's ability to execute all phases of basic project management, including Initiation, Planning, Executing, Monitoring and Controlling, and Closing. It must incorporate active resourcing of personnel, materials and time through a multifaceted execution of functional areas; it must include dynamic code which introduces "unknowns" to the student team's execution efforts; and it must be able to display project results and status, to demonstrate impacts of student team decisions upon the scenario. It must flex the team's ability to negotiate both schedule and resource allocations, and make modifications based on choices made by the project manager and team. These decisions will cause the scenario to dynamically prompt new situations that the project team potentially must react to, based on the severity of the decision. Additionally, the scenario must be dynamic enough to require the student team to use risk planning and mitigation strategies, as well as contingency planning and execution. This simulation capability will show a cause and effect of decisions made in the various phases of the project and the impacts to the schedule and critical path, and ultimately whether the project can be executed successfully to meet cost/schedule and performance constraints. 3. Ability to facilitate tailoring that is sufficient to incorporating SSC Pacific specified process. 4. Price The Government reserves the right to establish the competitive range. Offerors who are determined to be within the competitive range will be invited to demonstrate their computer simulation software, which will be considered in the evaluation process. The closing date and time for this solicitation is hereby extended to Monday, May 21, 2012 at 1:00PM PST. Revised quotes that are not received by the clossing date and time will not be considered. ================================================= This is a request for quotation under N66001-12-T-6816 for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this request for quotation (RFQ) is N66001-12-T-6816. This solicitation is set-aside for small business. The applicable NAICS code is 611430 and the size standard is $7.0 million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-56 (03/02/2012) and Defense Federal Acquisition Regulation Supplement (DFARS), March 05, 2012. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. Basis for award: The government anticipates awarding a firm-fixed price purchase order. This RFQ closes on March 15, 2012 at 4:00 PM, Pacific Daylight Time (PDT). Quotes must be received on or before the closing date and time of this RFQ. All responding vendors must be registered to SPAWAR E- Commerce website in order to upload quotes on-line at https://e- commerce.sscno.nmci.navy.mil. The point of contact for this solicitation including technical questions is Dorothy Powell at (619) 553-4455 or dorothy.powell@navy.mil. Please include RFQ N66001-12-T- 6816 on all inquiries. All responding vendors must be registered to the Central Contractor Registration (CCR) at http://www.ccr.gov/ and to the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov programs prior to award of contract. Invoices must be submitted electronically via Wide Area Workflow (WAWF). Information can be found at https://wawf.eb.mil. Vendor training is available on the internet at https://wawftraining.eb.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d0577a05c6aca0df73f81b2f54081739)
- Record
- SN02750824-W 20120519/120518000109-d0577a05c6aca0df73f81b2f54081739 (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 |