Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
MODIFICATION

U -- Self-Awareness Training, Executive Coaching and Supplies (SATECS) - Solicitation 1

Notice Date
7/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-16-R-0012
 
Response Due
8/18/2016 11:59:00 PM
 
Point of Contact
Diahann C. Allen, Phone: 210-295-4428, Kathleen D. Henderson, Phone: 210-221-3109
 
E-Mail Address
diahann.c.allen.civ@mail.mil, kathleen.d.henderson2.civ@mail.mil
(diahann.c.allen.civ@mail.mil, kathleen.d.henderson2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W81K04-16-R-0012, Solicitation for Self-Awareness Training, Executive Coaching, and related Supplies. This is a modification to the pre-solicitation notice posted on 21 July 2016. This a Request for Proposal (RFP)/Solicitation. The Health Readiness Contracting Office (Provisional) (HRCO-(P)) intends to procure the non-personal, Self-Awareness Training, Executive Coaching, and related Supplies (SATECS) in support of the U.S. Army Medical Command (MEDCOM), Team and Organizational Development Directorate (TODD), Joint Base San Antonio, Fort Sam Houston, TX. This acquisition is solicited as total small business set-aside under o t he r t h a n f u ll a n d o p e n c o m p e titi o n in a cc or dan ce w ith F A R Su b pa r t 6. 2 0 3. The North American Industry Classification System ( NAIC S ) Code for this solicitation is 611430, Professional and Management Development Training. This solicitation will be awarded using Tradeoff source selection process. T h e a g en cy p r opo s e s to a w a r d a n Indefinite Delivery, Indefinite Quantity (IDIQ) c o n t r a ct u n d e r w h ich task orders with Fi r m Fi x ed P r ice ( FF P ) and cost-reimbursable CLINs for travel and shipping incidentals, f o r SATECS w i l l b e iss u e d. A n IDIQ c o n t r a ct is t he op ti mu m c o n t r a ct t y p e f o r t h is e ff o r t a s a n e x a ct q uan tity c an n o t b e de t e r m i n e d a t t h e ti m e o f c o n t r a ct a w a r d. T h e r e s u lt a n t FFP t a sk o r de r s iss u e d a g a i n st t h e IDIQ will clearly describe TODD requirements and services to be performed and p r o v i d e f o r p r ic e s t ha t w i ll no t b e s ub j e c t to a n y ad j u st m en t o n t h e b a sis of the c on t r a c t o r 's c o st e x pe r i en ce in pe r f o r m i n g t h i s c on t r a c t. All services and supplies shall be firm-fixed price and subject to the Service Contract Act (41 U.S.C. 351). T h e s o licit a ti on an d s ub s e qu en t c on t ra ct w ill i n cl ud e c on t r a ct li n e it e m s ( C L IN S ) w ith 3 - y ea r o r de r i ng pe r i od s. T h e anticipated IDIQ c on t r a c t w i ll ob li g a te t h e g o v e rn m e n t to t h e m i n i m u m g ua r an t ee o f $ 1, 5 00. 0 0 f o r po s t -a w a r d c on f e r en c e. T h e en ti r e am oun t o f t h e m i n i m u m g ua ra n t e e w ill b e o b li g a t e d a g a i n st F Y 16 f u n d s. F u r t he r o b li g a ti on s w i l l a r ise a s t a sk o r de r s a r e a w a r de d a n d o b li g a ti on s w ill b e c ha rg e d to t h e f isc a l y ea r in w h ich t h e o rd e r is p l a c ed. Services and supplies are required for 36 months starting 30 September 2016 through 29 September 2019. All elements of the RFP shall be s u bmitted b y the Offeror with a prop o sal no later than the dat e / time shown in block 8 of the Standard Form (SF) 144 9, Solicitation/Contract Order for Commerci a l Item s. This solicitation will be available in electronic format only. The official access point to the solicitation is via the Federal Business Opportunities website at www.fbo.gov. The primary point of contact for this solicitation is Ms. Diahann Allen, Contract Specialist, (210) 221-5722; email diahann.c.allen.civ@mail.mil. The secondary point of contact is Ms. Kathleen Henderson, Contracting Officer, (210) 221-3109; email kathleen.d.henderson2.civ@mail.mil. A pre-proposal conference is scheduled for 3 August 2016. Prospective offerors were previously advised that the pre-proposal conference will be held solely for the purpose of discussing the requirements of this solicitation. The pre-proposal conference will convene at 9:00 am on Wednesday, 3 August 2016. The pre-proposal conference duration is anticipated from 9:00 am to 4:00 pm, Central Standard Time. Interested vendors were previously instructed to pre-register no later than Wednesday, 27 July 2016 due to limited conference space and government requirements related to issuing visitor passes to contractors. On the day of the conference, pre-registered participants may complete registration starting at 8:15 am. The conference location is Bldg 2273, TODD Conference Room, San Antonio TX 78234. Bldg 2273 is a trailer at the intersection of Reynolds Street and Wilson Way. Parking is available off Jessup Road. It is recommended to download the solicitation prior to attending the pre-proposal conference. Please submit questions regarding this solicitation in writing not later than 1 August, 2016 to Ms. Diahann Allen @ Diahann.c.allen.civ@mail.mil or Ms. Kathleen Henderson @ Kathleen.d.henderson2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-16-R-0012/listing.html)
 
Place of Performance
Address: The contractor shall generally conduct train-the-trainer courses at US military installations or government locations in the continental United States (CONUS); however they may be conducted at US military installations or government locations outside the continental United States (OCONUS). The contractor shall ship all training materials to the training site/organization as designated by the Contracting Officer's Representative., United States
 
Record
SN04199731-W 20160730/160728234803-fac0be589fede531f82810b925a46468 (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.