Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

U -- Clan Lab Certification Course

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-04-R-0005
 
Response Due
6/9/2004
 
Archive Date
8/8/2004
 
Point of Contact
Renee Berg, 515-252-4615
 
E-Mail Address
Email your questions to USPFO for Iowa
(renee.berg@ia.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CBD ANNOUNCEMENT This is a combined synopsis/solicitation for the procurement of professional services prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. Th is announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-04-R-0005. All proposals shall reference the RFP nu mber and shall be submitted by 4:30 P.M. local time on 9 June 2004. The anticipated award date is 11 June 2004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-23 dated 5 May 2004. This solicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 611699 size standard of 6.0. The Iowa National Guard wishes to acquire education services to carry out the Midwest Count erdrug Training Centers mission requirements. The instruction requested by the Midwest Counterdrug Training Center will be focused on counter drug clandestine lab investigations. The successful vendor will be required to provide 10 iterations of a 5-day, 40-hour course to instruct forty criminal justice/investigation professionals. This training must be in compliance with OSHA regulation 29 CFR 1910.120, DEA, and State Agencies. OSHA must recognize the course as providing the training necessary to certify investigators capable of participating in the entry, seizure, dismantling and disposal of clandestine laboratories. The contractor must also provide 6 hours of re-certification training during, but separate from the conduct of the certification courses. Each student attending the course should receive a Clan Lab Wizard, a First Responder Field Guide, a Clan Lab Operations and Safety Field Guide, a Niosh Pocket Guide, a Niosh Pocket Guide on CD, 2000 ERG and a training manual. Instructors should be active clandestine laboratory investigators aware of current regulations and trends. Dates and locations of the training will be determined after contract award. A firm fixed price must be submitted for each phase of training listed above. All travel, lodging and meal expenses are to be incurred by the instructor. Multiple awards may be made. In accordance with the solicitation provision 52.212-2, Evaluation ?????? Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The technical factors will be rated significantly higher than the cost factors. The technical factors that will be used to evaluate offers are the ability to meet the minimum contract training requirements and past performance. Technical factors are comprised of the evaluation of vendors training proposal, and shall be based upon the following: The vendor shall demonstration the ability to provide the specified instruction, to include course length, content and presentation dates. The course outline should be described in sufficient detail for the Government to be able to evaluate the proposed curriculum. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by th e offerors and/or through other sources. The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar services to those identified in this solicitation. References should include the m ost recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbers an d fax numbers for each contract. Offerors shall address each evaluation factor stated above; failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of FAR 52.212-3, Offeror Representat ions and Certifications-Commercial Items with their proposal. FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.204-7, Central Contracting Registration, FAR 52.232-18, Availability of Funds, FAR 52.222-25, Affirmative Action Compliance, and FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, are hereby incorporated by reference. FAR 52.222-49, Service Contract Act-Place of Performance Unknown, states that this contract is subject to the Service Contract Act, and the place of performance is unknown. The place of performance is to be determined, and will be coordinated with the successful vendor after contract award. Additional wage determination requests will be made after contract a ward. Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the re sultant contract retroactive to the date of contract award and there shall be no adjustment in the contract price. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Eq ual Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-1 9, Child Labor - Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following additiona l clauses and provisions are incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference. The clauses and provisions incorporated by reference can be accessed in full text at http:/ /akss.dau.mil/jsp/default.jsp. The following clauses within 252.225-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002 Request for Equitable Adjustment. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-2416, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 9 June 2004. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
Zip Code: 50131-2416
Country: US
 
Record
SN00592136-W 20040527/040525212240 (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  © 1994-2020, Loren Data Corp.