Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

U -- Indoor Cannabis Cultivation Investigators Course

Notice Date
2/1/2005
 
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-05-R-0005
 
Response Due
2/16/2005
 
Archive Date
4/17/2005
 
Small Business Set-Aside
N/A
 
Description
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 notic e. This 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-05-R-0005. All proposals shall reference the RFP number and shall be submitted by 2:00 P.M. local time on 16 Feb 2005. The anticipated award date is 18 Feb 05. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-27 dated 22 Dec 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 C ounterdrug Training Centers mission requirements. The instruction requested by the Midwest Counterdrug Training Center will be focused on Indoor Cannabis Cultivation for Investigators. The successful vendor will be required to provide a base year plus 4 o ption years with 7 iterations for the base year and each option year. Each course will be 2-days in length and will consist of 16-hours of instruction. Instructors will provide training for up to 100 Law Enforcement Officers in each class. The Government intends to award a contract to the offeror whose proposal provides the best value to the Government. The Government will evaluate each proposal by integrating the evaluation price with past/present performance and technical. Technical will be rated at a slightly higher rate than past performance, and when combined are significantly more important than the price. The technical factors include course length, course content, and period of performance. Past/present performance includes offerors business pra ctices, customer relationship, ability to successfully perform, prior experience, adherence to schedule, and quality of contractors team. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial pro posal should contain the offerors best terms from a cost or price and technical standpoint. Offerers should download the Source Selection Information from http://216.81.179.134/ebs/advertisedsolicitations.asp to ensure an understanding of what will be eva luated, what the vendor needs to submit, and how the proposals will be evaluated. 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 C ompliance, and FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are hereby incorporated by reference. Offerors are reminded to include a completed copy of provision at FAR 52.212-3, Offeror Rep resentations and CertificationsCommercial Items (Jan 2005). FAR 52.222-49, Service Contract Act-Place of Performance Unknown, states that this contract is subject to the Service Contract Act, and the places of performance for 2 locations are unknown. The places of performance are to be determined, and will be coordinated with the successful vendor after contract award. Two additional wage determination requests will be made after contract award. Offerors who intend to perform in a place or area of performa nce for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, additional wage determinations shall be requested and incorporated in the resultant contract retroactive to the date of contract award and there shall be no adjustment in the contract price. FAR 52.217-9, Option to extend the terms of the contract states, a) The Government may extend the term of this contract by written notice to the Contractor between Sep 30, 2005 and Sep 30, 2009; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options und er this clause, shall not exceed 7 days 7 months and four years. Provisions within FAR 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 Pre ference 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, Equal Opportunity; 52.222-35, Affirmative Action for Specia l 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; 52.222-19, 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; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equiv alent Rates for Federal Hires. The following additional 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 incorporat ed 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 Commodi ties, 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, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: SSgt Renee Berg, Contract Specialist at or b efore 2:00 p.m., 16 Feb 2005. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615, renee.berg@ia.ngb.army.mil or Brenda McKnight at 515-252-4248, brenda.mcknight@ia.ngb.army.mil.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW Beaver Drive Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN00743574-W 20050203/050201212114 (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.