Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOLICITATION NOTICE

U -- Training for trainers (T4T) in the Applied Suicide Intervention Skills Training (ASIST)

Notice Date
6/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
F7334641170100
 
Response Due
7/6/2004
 
Archive Date
7/21/2004
 
Point of Contact
Wayne Shavers, Contract Specialist, Phone 618-256-9280, Fax 618-256-5237, - Marcia Wuebbels, Contract Specialist, Phone 618-256-9279, Fax 618-256-5237,
 
E-Mail Address
Wayne.Shavers@scott.af.mil, marcia.wuebbels@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation will not be issued. (ii) The reference number is F7334641170100 and the solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. (iv) This is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 611430 and the small business size standard is $6.0 million. (v) This solicitation package includes the Statement of Work (SOW), Wage Determination 94-2309 Rev (29) dated 05/27/04. (vii) This synopsis/solicitation is for Training for trainers in the applied Suicide Intervention Instructor Training Course which will be held at Scott AFB IL for a performance period of 23-27 August 2004. Vendor must provide: Training to the Air Force personnel in teaching suicide intervention training utilizing Applied Suicide Intervention Skills Training course materials. Those trained at the conference will be equipped with the skills and abilities to train/teach the curriculum to others. The location will be determined based on classroom availability but will be on Scott AFB, IL or in the local area. The training will be for a one-week period, three (3) instructors/trainers on the first two days Monday-Tuesday and an additional three (3) instructors the following three days Wednesday-Friday. The contractor shall work with the HQ AMC/HC to present training for trainers in the Applied Suicide Intervention Skills Training for 30 participants. Contractor shall supply ASIST senior trainers to present ASIST skills training for one week of training; 3 trainers for Monday-Tuesday and 3 additional trainers for Wednesday-Friday. Contractor shall provide all training materials for 30 participants at ASIST conference & T4T. Contractor is responsible for per diem allowances to trainers and shall cover the cost of trainer accomodation and travel expenses. The contractor shall facilitate the registration process by: distributing registration forms, using the contractors template, along with the essential information for candidate trainers. The contractor will collect the signed registration forms and forward to the main office six weeks prior to the training date, therefore by 12 July 04. (viii) The provision at Federal Acquisition Regulation (FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. The RFQ shall consist of (2) separate parts Part I-Price Quote, Part II Technical. Part I consists of (a) pricing schedule and (b) completed copy of provision FAR 52.212-3, Offeror's Representation and Certifications-Commercial Items. The provision can be copied from http://farsite.hill.af.mil/VFFARA.HTM. Quotes will not be considered without the completed provision. Part II consists of the instructor certifications, manuals, complete copies of training materials and an outline of presentations to include student handouts and/or work books. (ix) The FAR provision 52.212-2 Evaluation applies to this acquisition. Paragraph (a) is completed as follows (1) Price and (2) Technical. Technical is significantly more important than price. Addendum to 52.212-2: basis for award. This is a competitive best value combined synopsis/solicitation in which competing offerors technical proposals and price will be evaluated. The Government reserves the right to award to other than the low offeror based on best value to the Government. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. The clauses at subparagraph (b)(5), (b)(11), (b)(12), (b)(13), (b)(14), (b)(15), (b)(25), (c)(2) of 52.212-5 are applicable. FAR clause 52.211-6 Brand Name or Equal applies to this acquisition. DFARS clause 252.204-7004, Required Central Contractor Registration applies to this acquisition. (xiii) All responsible sources may submit a quotation, which shall be considered by the agency. (xiv) Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr2000.com. (xv)The small business specialist at Scott AFB, IL is Mr Garth Sanginiti. He can be reached at (618)256-9322. A link to USAF Small Business is http://www.sellto airforce.org and a link to SBA is http://www.sba.gov. (xvi) Quotes are due to this office NLT 3:00 PM CST on 6 July 2004. Quotes may be faxed to the attention of TSgt Wayne Shavers at (618)256-5237 or emailed to wayne.shavers@scott.af.mil. Late quotations WILL NOT be accepted. (xvii) If you have any questions please contact TSgt Wayne Shavers at (618)256-9267 or Mr Chuck Burton at (618)256-9268
 
Place of Performance
Address: 201 E. Winters St Bldg 50, Scott AFB IL
Zip Code: 62225
Country: United States
 
Record
SN00612046-W 20040701/040629212140 (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.