Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
SOLICITATION NOTICE

U -- Oracle Training Classes

Notice Date
10/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
BPD-06-CI-0003
 
Response Due
10/13/2005
 
Archive Date
10/12/2006
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number BPD-06-CI-0001 is being issued as a request for a proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06, dated September 30, 2005. The North American Classification System Code (NAICS) is 611420 and the small business size standard is $6 million. This acquisition is set-aside 100% for small businesses. The contract term is for a twelve (12) month period. The Department of the Treasury, Bureau of the Public Debt, Administrative Resource Center (ARC) has a requirement for Oracle training classes. The number of class participants shall be at least 12 and not exceed 16 individuals for each class. The types of trainees attending are end users, management personnel, and systems administrators. The instructor shall gear the presentation to the participants' competency levels. The skill level of the trainees is varied. The implementation of these Oracle applications has not yet occurred; those taking the class are doing so to learn how to implement applications on their own. The Contractor shall conduct each training session beginning no earlier than 8:00 a.m. and ending no later than 4:30 p.m. A break is required during each morning and afternoon of at least 15 minutes. In addition, a lunch period of one hour is required. At the beginning of each class, the instructor shall obtain the trainees? initials on the Government sign-in sheet. The instructor shall return the sign-in sheet to Training upon course completion. The instructor shall report to the training facilities, each day, thirty (30) minutes prior to the course starting time. The Contractor shall provide Oracle certified training instructor(s) or instructor(s) who have been trained on the oracle modules outlined below. The instructor(s) shall have extensive knowledge and experience in the specific course content and shall be skilled in techniques of classroom training in the subject. The Contractor?s instructors shall be required to sign the Bureau of the Public Debt?s Conditional Access to Sensitive but Unclassified Information non-disclosure agreement on the first day prior to the start of class. The Government requires that all classes have the same instructor with the exception of ?11i Oracle Order Management Fundamentals Ed 1 PRV?. The Government shall provide the training at the Bureau of the Public Debt in Parkersburg, WV and at the US Mint in Washington, DC. The facility will include at a minimum: 18 PCs (16 students ? 1 instructor ? 1 server), Dell OptiPlex GX-400, 1.7 GHz Processors, and 40 GB HDD. The Government will also provide, upon request, audiovisual and other equipment and classroom supplies which includes, but is not limited to the following: screens, overhead projectors, video cameras, tape recorders, whiteboards, flipcharts, paper, pens, and pencils. The Contractor shall supply the necessary Oracle software, which is Version 11.5.9. The Contractor shall provide additional hardware necessary to meet the course requirements. The Contractor shall arrive the day prior to the start date to configure hardware or arrive one and one-half hours early to ensure that Government personnel configured the hardware correctly. The Contractor shall provide the following: a course outline broken down daily showing the total time spent on each topic listed within the course objectives; all handouts, overheads, and other materials required by the instructor and participants to meet the objective stated herein; all audiovisuals, other than items furnished by the Government, required for the class; and typed certificates of completion and/or grade slips for each participant successfully completing the course. Certificates shall be submitted to Training and/or directly to each participant. Two weeks prior to the start of the class the instructor shall provide Training with a list of support equipment and other classroom supplies, which are to be provided by the Government. The Contractor shall provide all course workbooks and certified Oracle courseware. Instructional material for classes shall be received by the COTR five working days prior to the starting date of the class. The Contractor shall mail these materials to the address that corresponds with the Government location where each class is to be held. Addresses will be provided at contract award. Offerors shall submit firm-fixed pricing for each of the following CLINS which are inclusive of the course, required dates, and location: 1) 11i Implement and Use Engineering Ed 1 PRV (Course ID - 14858GC10), October 18, 2005 to October 21, 2005, Washington, DC; 2) Travel; 3) 11i Implement and Use Material Requirements Planning Ed 1 PRV (Course ID ? D16608GC10), October 25, 2005 to October 28, 2005, Parkersburg, WV; 4) Travel; 5) 11i Implement and Use Work in Progress Ed 1 PRV (Course ID ? 14859GC10), November 1, 2005 to November 4, 2005, Washington, DC; 6) Travel; 7) 11i Implement and Use Cost Management Ed 1 PRV (Course ID ? 14860GC10), November 7, 2005 to November 9, 2005, Parkersburg, WV; 8) Travel; 9) 11i Oracle Order Management Fundamentals Ed 1 PRV (Course ID ? D16814GC20), November 14, 2005 to November 17, 2005, Washington, DC; 10) Travel; 11) 11i Advanced Pricing ED 1 PRV* (Course ID ? D17037GC20); 12) Travel* Option Line Item ? See 52.212-1 Addendum for instructions on pricing Offerors shall comply with the provision 52.212-1, Instructions to Offerors ? Commercial Items and its addendum, and submit the following information necessary to enable the proper evaluation of offers in response to this solicitation: a) the Offeror shall submit firm-fixed pricing for all CLINS. (Note that CLINS 11 and 12 are optional. The Offeror shall submit firm-fixed pricing for these items). The Government reserves the right to exercise the option for CLINS 11 and 12; b) the Offeror shall submit resumes and proof of certification or training on the modules outlined above; c) the Offeror shall submit a minimum of at least three (3) references, preferably of other Government agencies. Current contact information as well as information regarding the services provided shall be included. Offers shall be evaluated in accordance with FAR 52.212-2 ? Evaluation--Commercial Items (Jan 1999), which is incorporated into this solicitation, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (1) knowledge and capability of the instructors, content of the course workbooks, and instructional materials offered to meet the Government requirements as stated in this synopsis; (2) past performance; and 3) price. The Government will make award to the responsible offeror whose offer conforms to the requirements herein and represents the greatest value to the Government. Price and technical, including past performance are of equal importance. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition and are hereby incorporated by reference or full text, and are to remain in full force and effect in any resultant contract: full text clauses and provisions are available at: http://arnet.gov/far. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items with the following Addendum: 52.204-7, Central Contractor Registration; 1052.201-70, Contracting Officer?s Technical Representative (COTR) Appointment and Authority (Deviation) (DTAR); Option to Extend Services; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items including the following clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations of Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.2222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; Affirmative Action for Workers with Disabilities; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-16, Sanctioned European Union Country Services; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration. Offers must be received by 3:00 P.M. Daylight Savings Time on Thursday, October 13, 2005. Proposals may be submitted electronically to Sandra Elder, Contract Specialist at Sandra.Elder@bpd.treas.gov. The offeror assumes full responsibility for ensuring electronic proposals are formatted in accordance with BPD Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: bat, cmd, com, exe, pif, rar, scr, vbs, hta, cpl, and zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines other formats are necessary, it is the Offeror?s responsibility to verify with BPD that formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. When proposals are hand-carried or sent by courier service, the address for offers is the Bureau of the Public Debt, Administrative Resource Center, Division of Procurement; United Bank Building; 4th Floor; 501 Avery Street; Parkersburg, WV 26101. For offers sent via US Mail, FedEx, or similar methods, the address is: Bureau of the Public Debt, Division of Procurement; UNB 4th Floor; 200 Third Street; Parkersburg, WV 26106-5312.
 
Place of Performance
Address: Parkersburg, WV 26101 and Washington, DC 20220,
Zip Code: 26101
Country: USA
 
Record
SN00914112-W 20051013/051011212038 (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.