Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2012 FBO #4030
SOLICITATION NOTICE

U -- HME Level 3 Training - Package #1

Notice Date
12/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M6700113R00005
 
Archive Date
12/27/2012
 
Point of Contact
Michael T. Curley, Phone: 9104511847
 
E-Mail Address
michael.t.curley@usmc.mil
(michael.t.curley@usmc.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFP PWS THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION, PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. MCIEast Contracting Department Camp Lejeune, NC is issuing this Service Disabled Veteran Owned Small Business (SDVOSB) set aside Request for Proposal (RFP) Solicitation No. M67001-13-R- 0005 as a combined synopsis and solicitation. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The RFP documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-61, effective 13 September 2012 and DFARS Change Notice (DCN) 20120906, effective 15 June 2012. The clauses and provisions incorporated in this solicitation may be accessed in full text at this address: https://farsite.hill.af.mil. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS Code (s) for this action is 611699, All Other Miscellaneous Schools and Instruction and size standard is $10 million. The MCIEast Contracting Department will conduct this acquisition using Federal Acquisition Regulation (FAR) Subpart 12 and 15, Acquisition of Commercial Items under the FAR as supplemented with additional information included in this notice.. Vendors must be registered in the System Award Management (SAM) registration database. Lack of registration in the SAM will make vendor ineligible for award. Information on registering in SAM may be obtained via the internet at https://www.sam.gov. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The service the contractor provides shall comply with all Federal, State, and Local regulations. FOB site: Destination. CLIN # Description 0001: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Jan 5 th 2013-Jan 9 th 2013 0002: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Jan 10 th 2013-Jan 14 th 2013 0003: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Jan 23 rd 2013-Jan 27 th 2013 0004: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Jan 28 th 2013-Feb 2 nd 2013 0005: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Apr 7 th 2013-Apr 11 th 2013 0006: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Apr 12 th 2013-Apr 16 th 2013 0007: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Jun 2 nd 2013-Jun 6 th 2013 0008: HME Level 3 Training Five (5) days HME Level 3 training for 12 Marines. See PWS for details. Qty: 1 Period of Performance: Start Date Jun 7 th 2013- Jun 11 th 2013 Evaluation : The basis for award is tradeoff analysis. The evaluation factors will be: (1) Technical Capability w/ sub-factors: a) the capability to perform all the requirements in the PWS, b) corporate experience (reflects whether contractors have performed similar training before), c) appropriate certifications (All certifications shall be current at time of proposal submittal and last through the conclusion of Evolution 8) : certified by the Alcohol, Tobacco, and Fire Arms (ATF) for detonation purposes; (2) Ability to meet required Period of Performance Dates; (3) Past Performance; and (4) Price. All evaluation factors other than price, when combined, will be evaluated as significantly more important than price. The Government intends to evaluate proposals and award a contract without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Therefore, the vendor's initial proposal should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all proposals if such action is in the public interest; and may waive informalities and minor irregularities in proposals received. Vendors shall provide at least two (2) relevant past performance references with their proposal. Reference information shall include agency or business name, contract number, dollar amount, point of contact (include phone number and email address), for which your firm has provided the same or similar services or supplies. Firms without a record of relevant past performance must affirmatively state that no relevant past performance is available. Such firms will receive a neutral rating that will be evaluated neither positively nor negatively. Relevant past performance is defined as performance of contracts of similar size scope & complexity as this requirement performed within the past three (3) years. The Government reserves the right to obtain & use past performance information from sources other than those listed in the proposal, to include prior dealing with the government & personal knowledge of the company. Proposals shall be submitted no later than 3:00 pM EDST, 12 December 2012, to be considered for award. All proposals shall be submitted to Mr. Michael Curley via email, michael.t.curley@usmc.mil or online via FedBizOpps. Vendors are responsible for ensuring their proposals have been received. Contact the above indicated contract specialist or contracting officer to ensure the government has received your proposal. Delivery delays that cause a proposal to be late are not the responsibility of the government agency and such late proposals will be rejected. All questions regarding this solicitation shall be sent to Mike Curley via email, michael.t.curley@usmc.mil and received no later than 3:00 PM (EST), 7 NOVEMBER 2012. An amendment to the solicitation with all the questions and answers will be posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700113R00005/listing.html)
 
Record
SN02942210-W 20121206/121204235410-0d61b8c61c13fe71a362503c7fc80ab6 (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.