Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

U -- Journey to Leadership Training - Tier II

Notice Date
6/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-R-RF01
 
Response Due
7/16/2012
 
Archive Date
9/14/2012
 
Point of Contact
Rachelle Fitzgibbon, 309-782-5798
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(rachelle.m.fitzgibbon.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for Leadership Training in accordance with the Performance Work Statement (Attachment 0001), dated 26 June 2012. The training will be conducted at the Rock Island Arsenal in Rock Island, IL. This combined synopsis/solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Proposal (RFP) is issued as a Small Business Set-Aside and will result in a single contract award. Solicitation W52P1J-12-R-RF01 is issued for proposals only. The North American Industrial Classification System (NAICS) code is 611430 and the small business size is $7.0 million. This procurement is reserved exclusively for small business. Army Contracting Command - Rock Island (ACC-RI) anticipates award of one Firm-Fixed Price type contract to include one Base Year and (4) four year evaluated option years will be awarded. Exercise of the option years will be at the discretion of the U.S. Government. Award will be made to the offeror that submits a technically acceptable quote with the lowest evaluated price. The evaluation factors are outlined in Attachment 0002. The following FAR and DFARS solicitation provisions and clauses are incorporated into the solicitation by reference: 52.204-7 - CENTRAL CONTRACTOR REGISTRATION APR/2008 52.212-1 - INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS JUN/2008 52.212-3 - OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I (OCT 2010) APR/2002 52.212-4 - CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAR/2009 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES EXECUTIVE ORDERS--COMMERCIAL ITEMS FEB/2010 (Applicability includes paragraph (b) items 1, 4, 12, 14, 15, 23, 26, 27, 28, 29, 30, 31, 32, 33, 38, 42, 45, and 47 apply) 252.209-7999 - REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELIQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW. (See Attachment 0003, must complete and return) 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITERMS (JUN 2011) (Applicability includes paragraph (a), "Gratuities" and paragraph (b) items 1, 3, 6, 9, 20, 21, 23, and 24) INSTRUCTIONS TO OFFERORS 1.The offeror shall provide firm-fixed prices for all five (5) years as part of their proposal to be considered eligible for award. 2.The offeror shall make sure that Attachment 0003 is completed and returned. 3.Request for Proposal (RFP) shall be sent to David Burke via e-mail to david.j.burke45.civ@mail.mil or by mail to the below address. RFPs shall be received by 1500 CST on 16 July 2012. Army Contracting Command - Rock Island Building 60, 2nd Floor, "Bid, Quote, and Proposal Receiving Area", Rock Island, IL 61299-6000 C/O David J. Burke 4.The offeror shall submit up to a total of 2 past performance contract references on contracts considered most relevant in demonstrating the ability to perform this effort. References must include the company name, contract number, point of contact, valid contact address and phone number, and a brief synopsis of the contract requirement. PAST PERFORMANCE WILL BE USED ONLY AS PART OF RESPONSIBILTY DETERMINATION - IT IS NOT AN EVALUATION FACTOR, AND WILL NOT BE TAKEN INTO CONSIDERATION IN DETERMINING TECHNICAL FOR LOWEST PRICE TECHNICALLY ACCEPTABLE CRITERIA. As part of the Responsibility Determination, past performance, will be evaluated IAW FAR 9.1. In addition to the references provided by each offeror, past performance may be obtained through Government contractor performance record systems. 5.Offerors proposals shall remain valid for at least 60 days from date of submittal. EVALUATION FACTORS FOR AWARD 1. The Government will evaluate offers based on the criteria included in Attachment 0002. 2. Offerors' proposals that successfully demonstrate their technical capability in accordance with the evaluation factors outlined in Attachment 0002 will be considered for award. Award will then be made to the offeror that submits the lowest total price for all years. 3. The Government will calculate a total price by summing the prices submitted for the base year and all option years The following attachments are hereby incorporated by reference: Attachment 0001 - Performance Work Statement Attachment 0002 - Evaluation Factors for submissions Attachment 0003 - DFARS 252.209.7999 - Representation by Corporations Regarding Unpaid Deliquent Tax Liability or a Felony Conviction Under Any Federal Law Any questions can be directed to the following individual: Mr. David Burke E-Mail: david.burke45.civ@mail.mil Phone: (309)782-7532 Inspection and Acceptance will take place at FOB Destination, Rock Island Arsenal, Rock Island, IL Offerors will be required to use the Wide-Area Workflow (WAWF) system for invoicing Interested offerors must have a valid cage code and be registered in the Central Contractor Registration (CCR) database in order to receive Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b49bceadb6fc364e85e84b2e8f5ee42a)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02791212-W 20120701/120629235623-b49bceadb6fc364e85e84b2e8f5ee42a (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.