Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SOLICITATION NOTICE

U -- Professional Development & Management Training

Notice Date
10/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Puget Sound Health Care System, Contracting Officer, (S138P&C), 1660 S. Columbian Way, Seattle, Washington 98108
 
ZIP Code
98108
 
Solicitation Number
663-26-05
 
Response Due
11/16/2004
 
Archive Date
12/16/2004
 
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. A quote is being requested and a written solicitation will not be issued. The VA Puget Sound Health Care System, 1660 South Columbian Way, Seattle, Washington is soliciting for offers to provide Professional Development & Management Training Services, and classes to Professional and Management Staff at the VA. The volume of classes will fluctuate depending on need. It is anticipated that classes may be held not more frequently than once or twice per month. The number of participates per class is between 10 and 25 students with approximately 30 being the maximum allowed per class. Offeror shall provide the VA with enrollment/registration procedures and the VA will notify the contractor 14 days in advance of each class scheduled. Required courses are: Coaching Series One-Coaching for Peak Performance, Coaching Series Two-Coaching to Improve Performance, Coaching to Mentor, Stress and Time Management, Handling Conflict Productively, Coaching Clinic (for Graduates of the Coaching Series), Dealing with Difficult People, Building Strong Work Teams, Communication Series Part One-One on One Communication, Communication Series Part Two-Giving and Receiving Feedback, Communication Series Part three-Communication to Groups, Communications Series Part Four-Presentation Practicum, Managing Change and Transitions, Negotiating Win-Win Solutions, How to Get Things Done When You're Not in Charge, Effective Meetings, Training Others, Problem Solving and Decision Making, and Consulting Skills. This solicitation is 100% set aside for small business concerns. The contract period will be for one base year from January 1, 2005 (or date of award) through September 30, 2005 with the option to renew for an additional (4) one-year terms. The NAICS Code for this solicitation is 611430 with size standard of $6,000,000. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantages to the Government. The following technical factors will be considered during the evaluation process. Offers will be evaluated based on: 1) Past performance: Provide past performance information: name, telephone number, and address of each company you have work for or contracted with where you provided Professional Training in the last five years. (2) Experience: Provide written documentation that demonstrates your ability to provide Professional Training to various population groups. (3) Education: Provide a resume, certificates of training/diploma and copy of transcripts from training facilities attended that demonstrate your educational/work experience. (4) Ability to meet scheduling requirements: Demonstrate the availability of qualified instructor and back-up (if necessary) to ensure availability. (5) Location: Contractor must have business located within Washington State and within a 300-Mile radius of VA Puget Sound Health Care System. (6) Price. All evaluation factors, when combined, are approximately equal to price. How to apply: Contractor shall provide a written price quote for each year, one (1) base year and four (4) 1-year renewable options. Quote must be signed, dated and on company letterhead. All quotes must be priced at cost per one-day class. Contractor shall include with their quotes, a complete copy of 52.212-3, which can be found at the FAR website (referenced below) along with responses to the technical evaluation factors. Offers must be received no later than November 16, 2004 by 3:00pm. Submit offers to: VA Puget Sound Health Care System, 9600 Veterans Drive, Tacoma, WA 94392, Attn: Michael Gibbs (A138P&C). Quotations may be faxed to: (253)589-4140. No telephonic responses will be processed. The following clauses and provisions in the Federal Acquisition Regulation are applicable to this solicitation: 52.212-1 Instructions to Offerors-Commercial items; 52.212-2 Evaluation_Commercial Items (Jan 1999); 52.212-3, Offeror Representations and Certifications--Commercial Items. Far 52.212-4, Contract Terms and Conditions--Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items. 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from January 1, 2005 through September 30, 2009. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2009. 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222.36 Affirmative Action for Workers with Disabilities (June 1998); 52.225-13 Restrictions on Certain foreign Purchases (Dec 2003); 52.219-6- Notice of Total Small Business Set-Aside, 52.232-18- Availability of Funds, 52.232.19- Availability of Funds for the next Fiscal Year; VARR 852.270 Commercial Advertising (Nov 1984); VAAR 852.271-70 Nondiscrimination in Services Provided Beneficiaries (Apr 1984); 52.225-1 Buy American Act; 52.222-26; Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Veterans; 52.232-34- Payment by Electronic Funds Transfer--Central Contractor Registration, Required Central Contractor Registration; 52.252-2- full text and fill-in, 52.252-6 full text and fill in are applicable to this acquisition. The full text of these clauses may be accessed electronically at: www.arnet.gov/far. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration (CCR) database, no exceptions. To register, you may apply at http://www.ccr.gov
 
Web Link
RFQ 663-26-05
(http://www.bos.oamm.va.gov/solicitation?number=663-26-05)
 
Record
SN00696642-W 20041022/041020211744 (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.