SOLICITATION NOTICE
U -- Structured Child Interview (SCI) Course - RFIs
- Notice Date
- 12/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-17-T-0006
- Archive Date
- 1/7/2017
- Point of Contact
- Barbara Denise Flores, Phone: 210-466-2216, Maria D. Cachola, Phone: 210-466-2207
- E-Mail Address
-
barbara.d.flores.civ@mail.mil, maria.d.cachola.civ@mail.mil
(barbara.d.flores.civ@mail.mil, maria.d.cachola.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS attached. Combined Synopsis/Solicitation Fort Sam Houston Department of Behavioral Health Science (AMEDD) Structured Child Interview (SCI) On-Site Course Fort Leonard Wood, Missouri This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with FAR subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is W9124J-17-T-0006. The solicitation is a 100% HubZone certified small business set-aside and all interested offerors shall submit written proposals (oral proposals will not be accepted). The NAICS Code is 611430. The Small Business Size Standard is $11.0 M. Please visit www.fedbizopps.gov and register to automatically receive procurement notification from EPS. The system will inform you, via email, when there has been activity on EPS concerning this solicitation. This solicitation is to provide services to support training for Fort Sam Houston Department of Behavioral Health Science (AMEDD). The resulting contract will be a Firm Fixed Price Contract to a single contractor. Award will be made to the Lowest Priced Technically Acceptable offer. The projected period of performance is for a total of six days with a base period of performance, at three days for each session, with a total of two sessions. Period of performance will be February 13-15, 2017 and March 20-22, 2017, to be held at Fort Leonard Wood, Missouri. Applicable provisions and clauses are in the attached solicitation. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76, 25 July 2014, and Defense Acquisition Circular DPN 20140805 5 August 2014. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. All provisions and clauses may be accessed electronically at www.acquisition.gov/far or http://farsite.hill.af.mil. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration status during the entire term of the contract. SAM can be accessed at https://www.sam.gov in accordance with FAR 52.204-7. To be registered in SAM, the offerors must first have a DUNS number (http://fedgov.dnb.com/webform) and CAGE code (https://eportal.nspa.nato.int/AC135PUBLIC/scage/CageList.aspx). The offerors are also required to complete on-line Offeror Representations and Certifications Application (ORCA) in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Any award resulting from this solicitation will include DFARS Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012). Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. All offers are due not later than 23 December 2016, 12:00 p.m. CST. Proposals, if mailed, shall be submitted to: Mission and Installation Contracting Command, Attn: Maria Cachola / Barbara D. Flores, 2205 Infantry Post Road, Building #604, Fort Sam Houston, Texas 78234-1361. Proposals, if hand-delivered, should be coordinated in advance with Barbara D. Flores via email at barbara.d.flores.civ@mail.mil, or via phone at (210) 466-2216. The physical location is Building 604, Fort Sam Houston, also known as the "Long Barracks." See attached document for instructions on how to submit questions regarding this solicitation. No questions will be addressed via telephone. However, you may call Barbara D. Flores to confirm receipt of documents or emailed question(s). All deadlines or references to time for this solicitation will be due based on the Central Standard Time (CST) Zone. Offeror agrees to hold the prices in its offer firm until 31 January 2017. The POC for this solicitation is Barbara D. Flores, (210) 466-2216, barbara.d.flores.civ@mail.mil. The contracting officer is Ms. Maria Cachola, (210) 466-2207, maria.d.cachola.civ@mail.mil. Due to the holidays, Alternate POCs are also listed. Note that all email correspondence must be sent to all POCs listed in this solicitation. The Alternate POCs are: Ms. Andrea Vigliotti, (210) 466-2187, andrea.j.vigliotti.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9b9e62cac8e03b140f1af21081ce6482)
- Place of Performance
- Address: Fort Leonard Wood, Missouri, Fort Leonard Wood, Missouri, 654713, United States
- Zip Code: 54713
- Zip Code: 54713
- Record
- SN04353961-W 20161218/161216234220-9b9e62cac8e03b140f1af21081ce6482 (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 |