Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

D -- Employee Central / Training Management / Electronic Individual Qualification Requirement System

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
Reference-Number-N65886-06-P5-AC001
 
Response Due
9/26/2005
 
Archive Date
10/11/2005
 
Description
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation N65886-06-P5-AC001 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05. The acquisition will be processed as a full and open competition. The associated NAICS code is 541511 and this solicitation is not a set-aside. The Government intends to award a Firm-Fixed Price contract for services for the anticipated period of performance of 01 October 2005 through 30 September 2006.. The Naval Air Depot (NADEP), Jacksonville has a requirment for support of training, operating, maintaining, and supporting the Government?s Interactive Employee Central (EC)/Training Management System (TMS) as defined in the Performance Work Statement (PWS). The NADEP provides depot level maintenance support of aircraft, aircraft engines, and their components. NADEP Jacksonville has over 4,000 employees who require ongoing training and periodic re-certification in order to effectively provide depot level maintenance support required to maintain operational readiness. In order to effectively provide the required training and re-certifications, NADEP Jacksonville requires support services to operate and maintain the EC/TMS/EIQR, and update the Training Management System Database (TMSD). The TMSD requires frequent updates to reflect evolving individual training requirements and position qualifications. Ensuring this data is correct requires development of technical training objectives, specification of training activities, planning of instructional management, selection of delivery systems and media, review of existing training materials, preparation and validation of instructional material, and training requirement documentation, planning, development, test and evaluation. The TMSD provides for access by individual training coordinators and supervisors to ensure individual qualifications are current and required training is complete and updated for all individuals.The complete Performance Work Statement and Contract Line Items are available via the Internet at http://www.navair.navy.mil/doing_business/open_solicitations/. The following provisions/clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2005) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2003) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (July 2005) FAR 52.222-26, Equal Opportunity (Apr 2002) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2005) FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) is incorporated and the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1) Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. Offerors whom exceed the minimum stated specification requirements will receive scores reflecting a rating above acceptable or neutral; 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to Price. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS, FAR 52.212-3, Offeror Representatives and Certifications?Commercial Items Alternate I (Apr 2002) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : http://www.navair.navy.mil/doing_business/open_solicitations/ and search for reference number N65886-06-P5-AC001. The Contracting Officer must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and 2 copies of the offerors proposal shall be received on or before 4:00 P.M. EST, 26 September 2005 at the the following address: Naval Air Depot Jacksonville, Cecil Field Commerce Center Attn: Jennifer Otero 6206 Aviation Avenue Ste 118 Jacksonville, FL 32212 Proposals shall be submitted on 8 ? x 11-inch paper with printing on one side only. The proposal should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). The package should be marked with the solicitation number, due date and time.
 
Place of Performance
Address: Naval Air Depot Jacksonville Naval Air Station Jacksonville, Florida
Country: USA
 
Record
SN00894141-W 20050915/050913212705 (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.