Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2002 FBO #0139
SOLICITATION NOTICE

U -- Computer Software Training

Notice Date
4/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-02-Q-B018
 
Response Due
4/26/2002
 
Archive Date
5/11/2002
 
Point of Contact
Amanda Simmons, Contract Specialist, Phone 702-652-9578, Fax 702-652-5405, - Jacquelyn Buky, Chief, Base Operations Support Flight, Phone 702-652-5488, Fax 702-652-5405,
 
E-Mail Address
amanda.simmons@nellis.af.mil, 99cons.lgcb@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation F26600-02-Q-B018 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This acquisition is set aside exclusively for small business concerns. The NAICS code for this solicitation is 611420. The size standard for a small business under this NAICS code is $6 million annually based on the offerors average annual receipts for the previous three fiscal years. Contractor shall provide nonpersonal services to provide instruction on Microsoft computer software applications at the beginner, intermediate, and advanced levels. Training requirement is for a total of 121 vouchers. This includes 111 eight-hour sessions or vouchers for Microsoft applications as follows: Access (Beginning) 18 each; Access (Intermediate) 16 each; Excel (Beginning) 6 each; Excel (Intermediate) 16 each; Excel (Advanced) 6 each; Outlook (Beginning) 3 each; Outlook (Intermediate) 3 each; Powerpoint (Beginning) 5 each; Powerpoint (Intermediate) 16 each; Powerpoint (Advanced) 9 each; Word (Intermediate) 5 each; Word (Advanced) 1 each; Windows2000 (Beginning) 5 each; Windows2000 (Intermediate) 2 each. In addition, require ten (10) open vouchers or sessions to be used for additional classes. Classes will be taught at the contractors place of business which must be within a 10-mile radius of Headquarters U.S. Army 6th Recruiting Brigade located at 4539 North 5th St, North Las Vegas, NV. The contractor shall provide all materials, including manuals, curriculum and testing vouchers. Attendees will be allowed to repeat any class within 6 months of original class date at no extra charge. Contractor shall provide instructors who are certified via MCSE, CCNA, or other nationally recognized accreditation organization. The actual date and times of the classes will be coordinated between the Contractor and the Government. The period of performance will be for one year from date of award. Quotations should be firm fixed price and include all fees necessary to perform this service. The government does not intend to make multiple awards. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. FAR provision 52.212-2 Evaluation Commercial Items, is also applicable. The following factors, in decreasing relative order of importance, will be used to evaluate offers: (1) Technical (i.e., the course content); (2) Past Performance, and (3) Price. In addition to a price list and description of the classes that may be provided, offerors shall submit with their offer (1) a list of references (including points of contact and phone numbers); and (2) a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor performance. In the case of a contractor without a record of relevant past performance, the contractor will not be evaluated favorably or unfavorably on past performance. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions Commercial items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.233-3, Protest After Award; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965 as amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires [Note for information only: the rate that would be paid if the government conducted this training would be for an Instructor at a rate of $17.16/hr]; FAR 52.232.33, Mandatory Information for Electronic Funds Transfer Payment; DFARS 252.204-7004, Required Central Contractor Registration; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Wage Determination 94-2331 Rev 18, dated 19 June 2001 applies to this solicitation. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. A copy of the wage determination and the Representations and Certifications are attached to this notice at the FedBizOps website at www.eps.gov. Quotations are due on or before 26 April 2002 NLT 4:00PM PST.
 
Place of Performance
Address: Within 10-mile radius of: HQ US Army 6th Recruiting Brigade, 4539 N. 5th Street, North Las Vegas, NV 89031-2548
Zip Code: 89031
Country: USA
 
Record
SN00062241-W 20020420/020418213250 (fbodaily.com)
 
Source
FedBizOpps.gov 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.