Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2006 FBO #1503
SOLICITATION NOTICE

U -- Lean Six Sigma Black/Green Belt Training

Notice Date
1/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2X3A15353A1
 
Response Due
1/9/2006
 
Archive Date
1/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the 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 number F2XJB15353A100 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13.5. The solicitation document and incorporation provisions and clause in effect through FAC 2005-06, AFAC 2005-0818, AETC FAR Sup (1 Nov 2005), DFARS, and DCN 20051209. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% set-aside for small business. The North American Industry Classification System code is 611430 with a small business size standard of $6 million dollars. Service Contract Act of 1965 as amended applies. Department of Labor Wage Determination 94-2011 Rev (30) Dated 05/23/2005 is incorporated into this solicitation as an attachment. This acquisition is for the purchase of the following training: CLIN 0001 Lean Six Sigma, Black Belt Management Training Seminar for 6 members of AFOATS; CLIN 0002 Lean Six Sigma, Green Belt Management Training seminar for 15 members of AFOATS. Training must be initiated NLT 16 January 2006. All training well be conducted on-site at Maxwell AFB Montgomery Alabama and will be administered over a period of 8-16 weeks. Contractor will provide materials. Pre-course introduction program/materials will be provided to all candidates. Contractor will give certification to each member upon completion of course. Quotation Preparation Instructions: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.. The response shall consist of three sections: (1) price (2) delivery and (3) past performance. The offeror must submit at least two references that can provide relevant and recent (within the past three (3) years) past performance information to the Contacting Office. Basis for Award: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5 : Test Program for Certain Commercial Items. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will on a best value basis based on price, delivery and past performance. Each offeror?s quoted price will be evaluated for reasonableness. Delivery/ Commencement of training is required by 16 Jan 2006. Price will always be an important factor; therefore, offerors should make diligent efforts to control cost and submit fairly priced quotes. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance, and business relations (customer service). To be considered for award an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer. After evaluating price and past performance, award may be made to other that the low offeror, when the contracting officer determines it to be in the Governments best interest. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Alt 1; Offeror Representation and Certifications?Commercial Items (March 2005), DFARS 252.212-7000, Offeror Representation and Certifications?Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Apr 2003) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2?Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors?Commercial Items (Jan 2005), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Sep 2005), is incorporated into this RFQ and is an addendum to add the following clause: Add paragraph (u), Far 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and add paragraph (v), FAR 52.204-7 Central Contractor Registration (Oct 2003). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Sep 2005) applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restriction on Subcontracting Sales to the Government (Jul 1995); 52.219-8 -- Utilization of Small Business Concerns (May 2004); 52.219-14 -- Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (June 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 ?Restrictions on Certain Foreign Purchases (Mar 2005); 52.228-5 -- Insurance -- Work on a Government Installation (Jan 1997); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.222-41 Service Contract Act of 1965 as amended (Jul 2005), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989), 52.222-43 Fair Labor Standard Act and Service Contract Act (May 1989); 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003); The following FAR and DFAR clause also applies to this combined synopsis/solicitation: DFARS: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2005) applies to this RFQ and the following clauses are applicable under sub-paragraph (a) and (b): 52.203-3 Gratuities (Apr 1984); 252.225-7012-Perference for Certain Domestic Commodities (Jun 2004), 252.225-7001, Buy American Act and Balance of Payments Programs (Jun 2005); 252.232-7003, Electronic Submission of Payment Request (Jan 2004). 252.243-7002, Request for Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies by Sea (May 2002) The Clause at Far 52.212?5, Contract Terms and Conditions Required to Implement statues or Executive Orders Commercial Items (Sep 2005) (Deviation) applies to this acquisition. The following DFAR clauses are herby incorporated into this solicitation: 252.204-7004 Alternate A (Nov 2003) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 5352.201-9101 Ombudsman (AUG 2005); 5352.223-9001 Health and Safety on Government Installations (Jun 1997); 5352.242-9000 Contractor access to Air Force installations (Jun 2002); Maxwell 45 Required Insurance (Sep 2000); Maxwell 103 Smoking in AETC Facilities (Jan 2003); Maxwell 114 Required Posters (FEB 2003); The following clause is incorporated in full text: Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Instructor GS-09 21.95 (End of Clause) In addition, vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. All quotes must be received no later than 9 Jan 2006, 1000 Central Standard Time and must be able to respond to the information contained herein. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight B-1, Building 804, Maxwell AFB AL 36112-6334, ATTN: Teresa M. Stacy, fax number (334) 953-2340, and/or email to terry.stacy@maxwell.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email Teresa Stacy, Contract Specialist, for any questions concerning this requirement. WAGE DETERMINATION NO: 94-2011 REV (30) AREA: AL,MONTGOMERY HEALTH AND WELFARE LEVEL - INSURANCE ONLY **OTHER WELFARE LEVEL WD:94-2012 ****************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 1994-2011 William W.Gross Division of | Revision No.: 30 Director Wage Determinations| Date Of Revision: 05/23/2005 _______________________________________|_______________________________________ State: Alabama Area: Alabama Counties of Autauga, Bullock, Butler, Chilton, Coosa, Crenshaw, Dallas, Elmore, Lowndes, Macon, Montgomery, Pike, Tallapoosa, Wilcox _______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 29160 - Instructor 19.50 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $2.87 an hour or $114.80 a week or $497.47 a month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 10 years, and 4 after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of eight paid holidays per year: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)
 
Place of Performance
Address: HQ AFOATS, Maxwell AFB AL
Zip Code: 36112
Country: USA
 
Record
SN00961597-W 20060107/060105211843 (fbodaily.com)
 
Source
FedBizOpps 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.