Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
MODIFICATION

R -- TRAIN THE TRAINER, IMPACT TRAINING, PERFORMANCE MANAGEMENT TRAINING, RECRUITER TRAINING

Notice Date
8/5/2004
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-04-Q-0015
 
Response Due
8/16/2004
 
Archive Date
8/31/2004
 
Point of Contact
Sandra Hicks, Contract Administrator, Phone 678.655.4984, Fax 678.655.5612, - Diana Hix-Watford, Contracting Officer, Phone 678.655.5115, Fax 678.655.5612,
 
E-Mail Address
sandra.hicks@dobbins.af.mil, diana.hix-watford@dobbins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. FA6703-04-Q-0015 is hereby issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. This procurement is being set-aside for small business. American Industry Classification System (NAICS) code for this procurement is 611430; size standard is $6,000,000. The Small Business Competitiveness Demonstration Program is not applicable. Dobbins Air Reserve Base, Georgia is soliciting for CLIN 0001, a one-year license for unlimited scoring of the IMPACT Three Plus Assessments via the internet and CLIN 0002, Training. Training is designed around the IMPACT (Investigate, Meet, Probe, Apply, Convince, and Tie-It Up) Program which was developed by the current contractor and focuses on the train-the-trainer approach. The training consists of one performance management training class ( 2 ½ days with 14 attendees at the Government’s facility), High IMPACT training (5 days with 11 attendees at the contractor’s facility), 4 National Workshop Training classes (80 minutes each), and 3 tele-coaching seminars for Senior Recruiters (two one-hour sessions on the same day constitutes one seminar). CLIN 0002 also includes Leader’s Guides, training videos, workbooks, and computer disks for each attendee. The period of performance is 30 September 2004 through 29 September 2005. The schedule of classes will be approved by the Government. The FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to the acquisition. Evaluation of proposals will be based on price. Quotes shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications – Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items shall apply. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, shall be incorporated into any contract resulting from this notice. Applicable clauses cited in FAR 52.212-5 are 52.203-6, 52.219-6. 52.219-8, 52.219-14,, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies. Applicable clauses cited in DFARS 252.212-7001 are 52.203-3, 252.225-7001, 252.232-7003, and 252.243-7002. The following clauses shall apply: FAR 52.204-7, Central Contractor Registration (CCR), 52.212-5 (Deviation), DFARS 252.204-7004, Required CCR (Alternate A), DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. The full text of the FAR clauses may be accessed electronically at WWW.ARNET.GOV. The DPAS rating is DO-S1. This procurement will follow Simplified Acquisition Procedures in FAR, Part 13. Please note that prior to award of contract, Contractor must be registered in the Central Contractor Registration. You may access CCR electronically at WWW.CCR.GOV http://WWW.CCR.GOV. All interested parties should submit a written proposal to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Proposals must be received by _10:00_ A.M. EDT, August 16, 2004. All quotes shall reference FA6703-04-Q- 0015 and include all applicable referenced documents. The Government point of contact is Ms. Sandra Gail Hicks, Contract Specialist, 678-655-4984.*** NUMBERED NOTE: Sole Source Award is anticipated to The Brooks Group. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFRC/94LGLGC/FA6703-04-Q-0015/listing.html)
 
Place of Performance
Address: 3810 N. Elm Street, Greensboro, NC
Zip Code: 27455
Country: USA
 
Record
SN00638260-F 20040807/040805220313 (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.