Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2016 FBO #5447
SOLICITATION NOTICE

U -- NFPA - Lief Safety Code Training Classes - RFP

Notice Date
10/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5006, Washington, District of Columbia, 20534, United States
 
ZIP Code
20534
 
Solicitation Number
RFPP0700COBO17001
 
Archive Date
11/19/2016
 
Point of Contact
Tana Jankowiak, Phone: 202-353-3415
 
E-Mail Address
tjankowiak@bop.gov
(tjankowiak@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis Solicitation Wage Determination WDC SOW RFPP0700COBO17001 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation is issued as a Request for Proposal (RFP), and the solicitation number is RFPP0700COBO17001. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-83 effective July 2, 2015 and the Bureau of Prisons Acquisitions Policy (BPAP). This Solicitation is set-aside 100% Small Business. The NAICS Code is 611430 - Professional and Management Development Training, and the set-aside size standard is $11.0 million. All work shall be completed in accordance with the Statement of Work (SOW). The SOW is included as Attachment 1 to this solicitation. • The Period of Performance will be from Date of Award through September 30, 2017. • Four Option Years (October 1, 2017 through September 30, 2021). • An option to extend contract terms for six (6) months beyond contract completion, at the discretion of the government will be included in the subsequent contract. Offerors are requested to quote Firm Fixed Prices for all of the line items on the Schedule of Supplies and Services attached to this solicitation. Service Contract Act Wage Determination No. 2015-4281, Revision No. 3, dated 04/08/2016, applies to this acquisition and will be incorporated into the resulting Purchase Order. A copy of the Wage Determination is included with this solicitation as Attachment 2. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing via Email to the Contracting Office. Questions may be sent via email to Ms. Tana Jankowiak at tjankowiak@bop.gov. No questions will be answered after Wednesday, November 2, 2016 at 1500 EST. The following FAR and BPAP Acquisition Regulation apply to this acquisition: 52.212-1 -- Instructions to Offerors -- Commercial Items (April 2014): Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. Addenda to 52.212-1: paragraph (c) period for acceptance of offers, delete "30 calendar days" and insert "60 calendar days" in its place. Addenda to 52.212-1; the following provisions apply and are incorporated by full text: 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. (End of Provision) 52.217-5 -Evaluation of Options (JUL 1990) OFFER SUBMISSION INSTRUCTIONS- Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (a) Company name, address, telephone number, email address, and FAX Number. (b) Solicitation number. (c) Unit Price for all CLINS (d) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (e) Signed acknowledgement of amendments (applicable only if any amendments are issued against this solicitation). 2. Contractors are required to include a copy of the FAR provision 52.212-3 -Offeror Representations and Certifications -Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days calendar days. Evaluation of Option to Extend Services under FAR 52.217-8. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services, provided under FAR 52.217-8, as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years or 36 months. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End Clause) 52.232-19 -- Availability of Funds for Next Fiscal Year (APR 1984) 52.217-5 -- Evaluation of Options. (JUL 1990) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2015) In paragraph (a) the following clauses apply: 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) In paragraph (b) the following clauses apply: 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) Under paragraph (c) the following clauses apply: 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) All clauses under paragraph (d) and (e) apply (End of Clause) Offerors responding to this announcement shall submit their quotations via email to Tana Jankowiak at tjankowiak@bop.gov. All proposals must be received by Friday, November 4th, 2016 at 3:00 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/COBO/RFPP0700COBO17001/listing.html)
 
Place of Performance
Address: All classes will be held at Management and Specialty Training Center (MSTC) located at11900 East Cornell Avenue, Unit C, Aurora, CO 80014 or at a BOP location to be determined at a later date., Aurora, Colorado, 80014, United States
Zip Code: 80014
 
Record
SN04309356-W 20161022/161020234446-930f6373f15972717376693c33bb541c (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.