Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2013 FBO #4145
SOLICITATION NOTICE

U -- Web-Based Safety Training

Notice Date
3/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
M67004 BLOUNT ISLAND COMMAND 5880 Channel View Blvd JACKSONVILLE, FL
 
ZIP Code
00000
 
Solicitation Number
M6700413Q9009
 
Response Due
4/5/2013
 
Archive Date
4/20/2013
 
Point of Contact
Alice M. Settle 904 696-5007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, Federal Acquisition Circular (FAC) 2005-65. This Request For Proposal constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This is a 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 611710 and the Small business size standard is $14.0 million. USMC Blount Island Command ™s Contract Support Management is hereby soliciting offerors for the establishment of a Five (5) Year Blanket Purchase Agreement (BPA) or a monetary limitation of $150,000.00, whichever occurs first for Web-Based Safety Training for training at Blount Island Command, Jacksonville, Florida. The period of performance shall be from 1 May 2013 “ 30 April 2014 (estimated). In accordance with FAR 52.212-2 Award shall be made to the responsible offeror whose offer is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The addendum to FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. IAW NMCARS 5237.102(90), applies to this acquisition. The addendum to FAR 52.212-1 is as follows: Prior Experience and Past Performance are non-cost evaluation factors. Offerors shall comply with FAR 52.212-1(b) (10) with its submission of past performance information for evaluation. FAR Provision 52.212-2, Evaluation “ commercial Items, applies to this acquisition. The addendum to FAR 52.212-2 is as follows: Award shall be made to the responsible offeror whose offer is determined to be Lowest Price Technically Acceptable. The Government intends to make a BPA award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. The following factors will be used to evaluate offers: 1) Prior Experience - The contractor shall demostrate evidence they have previously provided an information system that provides training requirements set forth in 29 Code of Federal Regulations (CFR) 1910 such as Hazard Communication, Bloodborne Pathogens, Marine Corps Order (MCO) 5090.2A compliant Environmental Awareness training, Prevention of Sexual Harassment, Asbestos, Lead, Risk Assessment Analysis, and training to name a few. Key training system elements shall include: Features for self-registration, safety question capabilities, a virtual employee safety suggestion communication tool, randomized employee testing, competency testing during the individual training sessions, and automatically generated certificates upon course completion. Service shall include access to customized database with capabilities to include assigned employee training, departmental reporting, tracking completions, test scores, certificates, addition of new or replacement employees and report generation. The following capabilities must also be provided: System must be web based and must automatically update annually, must offer a number of Marine Corps specific courses, must offer the required OSHA/MCO 5090.2A human resources/ computer security courses. 2) Management Plan to execute Performance; 3) Past Performance; and 4) Price. The standard of acceptability for the technical evaluation factor, Prior Experience, is that the Contractor shall submit objective evidence it has provided similar web-based training for the required training areas and has experience for the tasks as shown in the Performance Work Statement (PWS): The standard of technical acceptability for the technical evaluation factor, Management Plan, is that the offeror shall submit a plan that is determined to be feasible to meet all of the contract requirements, ability to customize training to meet all of the Government ™s required training, and ability to manage the technical performance of the attached PWS to accomplish the training. The Management Plan shall be submitted in sufficient detail so that the government can understand the offeror ™s technical approach and its ability to meet all established objectives. A firm not possessing the required minimum standard of acceptability in any technical factor will not be considered for additional evaluation or award. The following phases will be adhered to: Phase 1: Prior experience acceptability Phase 2: Management Plan acceptability Phase 3: Past Performance Acceptability, and Phase 4: Lowest Price Technically Acceptable Evaluation. Phase 5: Award Determination Only those firms found to be technically acceptable in Phases 1 -4 will be considered for evaluation in Phase 5 Offerors must include a completed copy of FAR Provision 52.212-3 Alt 1, Offeror Representations and Certification Commercial Items, with its offer. We must have your TIN # also. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive Orders Commercial Items, applies to this acquisition. FAR Clause 52.212-6, Notice of Total Small Business Set-Aside applies to this acquisition. Offers are due 5 April 2013 12:00 PM (Eastern Time Zone): alice.settle@bic.usmc.mil, and joanna.lovett-black@bic.usmc.mil. For information concerning this solicitation contact Alice Settle via email at the above email address. The subject line of all proposals shall read as œWeb-Based Safety Training . Late proposals will not be accepted or evaluated. Registration in System for Award Management (SAM) Database is a requirement for award. Firms are to go to www.sam.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://farsite.hill.af.mil. Offerors responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company ™s complete mailing and remittance addresses, 2) Discounts for prompt payment if applicable, 3) Cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. Offerors responding to this solicitation shall submit technical proposals in accordance with the addenda to FAR 52.212-1/52.212-2 and any other proposal requirements stated herein. Offerors responding to this solicitation shall submit a price proposal along with the evaluation requirements shown above. The Government shall be obligated hereunder only to the extent of authorized calls actually placed against the BPA. The Government shall not be obligated to make any calls (i.e., place any request for equipment or installation services) under this agreement. The resultant contract award will include all applicable FAR, DFARS, Navy, and Marine Corps clauses for commercial services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M6700413Q9009/listing.html)
 
Record
SN03024166-W 20130331/130329234450-1e87363f28a583f5fb96838f6f29aef7 (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.