Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

U -- LEADERSHIP TRAINING

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0328
 
Response Due
9/5/2012
 
Archive Date
9/20/2012
 
Point of Contact
Juana Perez 619-556-6763
 
E-Mail Address
LEADERSHIP TRAINING
(juana.perez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO. The RFQ number is N00244-12-T-0328. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 11. It ™s the responsibility of the contractor to be familiar to with the applicable clauses and provisions. The clauses can be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars.index.htm. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Code “ U001 Education/Training Lectures and North American Industry Classification System “ 611430 Professional and Management Development Training. The Small Business Standard Size is $7.0. The agency need of the following requirements: ITEM NUMBER 0001 PROFESSIONAL LEADERSHIP TRAINING See Statement of Work incorporated into the Solicitation. There are three phases to the required training: Phase One: Personal Leadership Effectiveness Phase Two: Developing Authentic Leaders Phase Three: Coaching and Mentoring 58 students will attend Phase One and Phase Two 44 students will attend Phase Three Attachment to solicitation is the proposed training schedule for these workshops. The schedule is subject to move around based on Command operational commitments. The number of total sessions required will remain unchanged. See attach statement of work for details. The requirement is for a firm-fixed price type contract. Inclusive of all materials, handling, and associated travel expenses (if any). Training will be held on site at San Diego, CA. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following clauses; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (May 2012) applies with the following applicable clauses: FAR 52.203.13- Contractor Code Of Business Ethics and Conduct (Apr 2010); FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov2011); FAR 52.219-8 Utilization of Small Business Concerns (June 2011); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Mar 2012); FAR 52.222-21 “ Prohibitions of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 1998); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.225-1 Buy American Act ”Supplies (June 2003); FAR 52.233-4 Applicable Law for Breach of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.247-34 F.O.B. Destination; FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form); FAR 52.252-2 Clauses incorporated by Reference (Feb 1998); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jun 2012), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); FAR 52.203- Gratuities (Apr 1984); 252.225-7001 Buy American and Balance of Payments Program (Jun 2012); DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests; and Local NAVSUP Clauses includes are N00244L332 Unit Prices and N00244M331 Evaluation using Technical Acceptable Minimum Criteria and Price Factors. All Contractors doing business with the Federal Government must be registered the U.S. Contractor Registration System SAMS at https://www.uscontractorregistration.com. Contractor is responsible for ensuring contractor Registration and Online Representations and Certifications Applications (ORCA) are current. Lack of registration in the SAMS database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule and FOB terms represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company ™s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 10:00 AM (PST), 5 Sep 2012, Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Only electronic responses shall be accepted by via e-mail. Each submission should be virus scanned prior to being sent via e-mail to the POC listed: Ms. Juana Perez email: juana.perez@navy.mil. Oral communications are not acceptable in response to this notice questions must be submitted via e-mail. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 1 day of the posted closing day may not allow ample time to respond and offerors cannot be guaranteed a response will be issued. NOTE: Email submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. (End of Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0328/listing.html)
 
Record
SN02856903-W 20120829/120828000424-ddd6638799b2b0c98d8fca9486b31724 (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.