Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
MODIFICATION

U -- HVAC TAB-QV and COMMISSIONING

Notice Date
10/4/2018
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-18-R-0105
 
Archive Date
10/31/2018
 
Point of Contact
Sonya S. Sharp, Phone: 2568951298
 
E-Mail Address
sonya.s.sharp@usace.army.mil
(sonya.s.sharp@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS FOR The United States Army Corps of Engineers Huntsville Center (CEHNC) HVAC TAB-QV and COMMISSIONING This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. The solicitation number is W912DY-18-R-0105 and is issued as a request for proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. They can be viewed by accessing http://farsite.hill.af.mil. This requirement is being advertised as a Full and Open Competitionn under NAICS Code 611430 - Professional and Management Development Training, business size standard is $11M. Contract Line Items. Contractor shall submit a quote in accordance with the items listed in the solicitation. Any potential offeror who can provide CEHNC with the required services are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. Specifications for this requirement are listed below. The RFP is attached in its entirety. INSTRUCTIONS TO OFFERORS PROPOSAL INSTRUCTIONS : At a minimum, the following information shall be provided in support of your proposal for this effort: 1. Objective : The U.S. Army Corps of Engineers (USACE), Learning Center (ULC), is tasked to develop, update, or revise, and present professional development training to employees located around the world through various modes of delivery. This contract is designed to provide training on HVAC Testing and Balancing Quality Verification (HVAC TAB QV) and HVAC Systems Commissioning. 2. Acquisition Approach : This is a "best value" competitive acquisition for the award of a firm-fixed price (FFP) contract. Award will be made to the best overall proposal, which is determined to be the most beneficial to the Government. 3. Contract Term : Contract will be for a base year (12 months), four (4) options years (12 months each), and one (1) six (6) month option to extend services. There is no guarantee that these options will be exercised. 4. Detailed price breakdown with tasks, position classification, estimated direct labor-hours, and profit for all phases and sub-phases of work. Include copies of your subcontractor quotes or a detailed breakdown of subcontractor costs, if any. Additionally, your proposal shall clearly state any assumptions, clarifications, or exceptions used in preparing your proposal. 5. The offeror's past performance information shall be included within the proposal. Information presented shall clearly demonstrate the past performance of the contractor. The Government will conduct a performance risk assessment based on the quality, relevancy, and recentness of the offeror's past performance. 6. The name(s) and title(s) of the person(s) authorized to negotiate and sign the contract. Please identify the primary and alternate point of contacts (POCs) for this effort. Information shall include the POC name, office telephone numbers, mobile telephone numbers, and email address. CONTACTS: 7. The contractor shall NOT engage into any form of contract with installation personnel regarding this requirement prior to submission of proposal and Contract Award. Contract regarding the requirements set forth in this RFP shall only occur with the Contracting Officer and Contract Specialist. Discussions or information obtained via other sources could make you ineligible for award if deemed a Conflict of Interest or a Violation of the Procurement Integrity Act. 8. Contractor questions and proposal shall be submitted to the following: Name Tondra R. Madison (Contracting Officer) Email tondra.r.madison@usace.army.mil Phone 256-895-1980 Name Sonya Sharp, Contract Specialist Email Sonya.s.sahrp@usace.army.mil Phone (256) 895 1298 PROPOSAL SUBMISSION: 9. Proposals shall be written using 8 ½" x 11" paper, 12-point font, and shall not exceed ten (10) pages, plus lab station photographs. Note: Cover sheets do not apply to page count. All documents and spreadsheets shall include the Contractor Name and Date. Ensure your proposal is submitted in PDF format. Each paragraph shall be separated by at least one (1) blank line. The following items shall be submitted in the following format: A. Laboratory facilities 1. Brief description of each laboratory station. 2. Photo of each laboratory station. 3. Diagram showing the location of each lab station within the lab area, building, or complex. B. Instructors (for contract execution) 1. Name and employer of each instructor 2. Job/employment title (i.e. TAB technician, HVAC repairer, etc.) 3. Professional Certifications (AABC, NEBB, TABB, etc.) 4. Work experience (brief description to includes work as a Testing, Adjusting, and Balancing agent/ specialist, Commissioning agent/ specialist, or controls technician/ engineer.) 5. Teaching experience (brief description to include approximate number of classes, sessions, or instructional presentations taught and number of years (hours) this experience spans) C. Past Performance References The prime offeror shall provide no more than two (2) references that best represent the offeror's past performance within three (3) years from the date of this RFP. Projects may include those with the Federal Government, State or local Governments, or commercial customers. Offerors shall provide reference information in narrative form and include the client company name and client point of contact information. All points of contact information should include name, mailing addresses, e-mail address and telephone numbers, and it should be verified correct by the offeror prior to submission to the Government as part of the offeror's proposal. Points of contact must be knowledgeable of past performance from a contractual, managerial, and technical perspective. Reference projects should be similar in size and nature to this contract. Since the Government may not necessarily obtain information on all of the listed contract references and/or may not contact all of the identified POCs provided by the offeror, it is incumbent upon the offeror to explain the relevance of the data provided. D. Price The offeror shall submit a Firm Fixed Price (FFP) for this effort. The contractor is encouraged to propose a CLIN structure that will match its proposed technical and billing arrangements. The Offeror will provide a price for each CLIN identified in the schedule. 10. An electronic copy of your proposal, addressed to the Contracting Officer identified below, shall arrive on or before 12:00 PM Central Time, Monday, 22 October 2018. Please ensure that proposal is electronically signed and dated. All information will be protected as procurement sensitive. The proposal shall remain valid for 45 calendar days. 11. Any questions shall be submitted in writing to Sonya Sharp, Contract Specialist at sonya.s.sharp@usace.army.mil and a copy furnished to the Contracting Officer at tondra.r.madison@usace.army.mil. Any Questions shall be submitted to the POCs listed by 12:00PM Central Time, Tuesday, 25 September 2018. No additional questions will be accepted after this time. SPECIAL REQUIRMENTS: Offeror shall fill in or check the appropriate box for the following FAR provisions and return with this solicitation: 1) FAR 52.209-11 -Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 2) FAR 52.212-3 -Offeror Representations and Certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-18-R-0105/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05115253-W 20181006/181004230622-80f0bb216479917ddb3bb34a66ff31a4 (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.