Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SOLICITATION NOTICE

U -- EMS Online Training - Package #1

Notice Date
8/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RUHC-16-00019
 
Point of Contact
Jessica A. Phillips, Phone: 2024475563, Tanya M. Hill, Phone: (202) 447-5511
 
E-Mail Address
jessica.phillips@hq.dhs.gov, Tanya.Hill@hq.dhs.gov
(jessica.phillips@hq.dhs.gov, Tanya.Hill@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment III - Non-Disclosure Attachment II - Past Performance Info Form Combined Synopsis Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Government intends to award a Firm-Fixed Price purchase order or contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii) The Request for Quotation (RFQ) or Reference Number is: HSHQDC-16-Q-00243 (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. (iv) This acquisition is not set aside for Small Businesses. (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (SOW). The anticipated date for purchase order/contract award is on or about September 9, 2016. (vi) The Contract shall provide for EMS Online Training Services in support of the Department of Homeland Security (DHS), Office of the Chief Human Capital Officer (OCHCO). (vii) Date and place of delivery and acceptance: To be determined at time of contract award for a base term of twelve months (12) months with subsequent option periods as outlined in Attachment A (Schedule of CLINS and Statement of Work). (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. Each Offeror shall submit their Technical Quotation and associated documents as a separate electronic attachment from the Pricing Quotation. See also Section X of Attachment I for additional submission requirements. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Understanding and Capabilities, 2) Management Approach, 3) Past Performance and 4) Price. The technical quotation shall include details describing the contractor's ability to provide the EMS Online Training services outlined in Attachment - Statement of Work. See Addendum under Section VIII of Attachment I for additional submission requirements. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Offeror shall complete their representations and certifications through the System for Award Management and provide verification with their quotation submission. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.222-3 Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management. (xiii) The following additional clauses are cited: 52.204-7 System for Award Management; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received via email to the point of contact noted below no later than 5:00 pm Eastern Standard Time on Thursday, August 11, 2016. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Offers are due no later than Monday, August 22, 2016 - 3:00 p.m. EST and must be submitted electronically (via email) to the individuals noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this RFQ please contact Jessica Phillips, Contract Specialist, (202) 447-5563 /Jessica.Phillips@hq.dhs.gov and Tanya M. Hill, Contracting Officer, (202) 447-5511 / Tanya.Hill@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RUHC-16-00019/listing.html)
 
Record
SN04215130-W 20160811/160809234933-2d20b74e423ca3c50f5966cc22675f2d (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.