Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

U -- Department of Commerce, Contracting Officer Representative (COR) Training Courses

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
20230
 
Solicitation Number
SA1301-7-RQ-0014
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Point of Contact
Mark Pagliaro, Contract Specialist, Phone 202-482-4124, Fax null, - Michael Knowles, Contracting Officer, Phone 202-482-6437, Fax 202-501-8122,
 
E-Mail Address
mpagliaro@doc.gov, mknowles@doc.gov
 
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 is issued as a Request for Quote (RFQ) for solicitation SA1301-7-RQ-0014. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The full text of clauses referenced herein may be accessed electronically at http://www.acqnet.gov/far/. This acquisition is full and open with no restrictions. The NAICS code is 611430 and the associated small business size standard is $6.5M. This is a Firm-Fixed Price acquisition with a basic period of performance lasting one year from the date of award. The estimated date of award is September 15, 2007. Vendors shall provide a quote for all items (courses). The Government may award one, any combination, or all courses to any vendors. The Agency reserves the right to make one or more awards under this solicitation or not to award any contracts at all, depending upon the availability of appropriated funding. The objective of this requirement is to provide the Department of Commerce (DOC) with open-enrollment seats (vouchers) to the 2-day, 3-day, and 5-day Contracting Officer Representative (COR) training courses. The DOC has locations in Boulder, CO, Seattle, WA, Norfolk, VA, Kansas City, MO, Pascalouga, MS, and Jeffersonville, IN. Background: The Office of Acquisition Management (OAM) administers and oversees the DOC acquisition function through delegated procurement authority provided to five operating units: National Oceanic and Atmospheric Administration (NOAA), National Institute of Standards and Technology (NIST), Patent and Trademark Office (PTO), Census Bureau, and the office of the secretary. Procurement services for DOC remaining operating units are jointly provided by these five acquiring organizations. The Director of OAM serves as the Procurement Executive (PE) for the Department. The Director establishes, develops, implements, and maintains acquisition policies, procedures, and guidance in addition to oversight and career development for the acquisition workforce. In addition to these departmental responsibilities, OAM maintains an operational acquisition division, Commerce Acquisitions Solutions (CAS), which provides operational acquisition support to the Office of the Secretary, the Department, and other federal agencies. Purpose: The purpose of this requirement is to obtain open-enrollment training seats (vouchers) for Department of Commerce acquisition employees to attend the 2-day, 3-day, and 5-day Contracting Officer Representative (COR) training courses. Objective: The objective of this requirement is to enable employees performing contract management responsibilities to meet training requirements for Contracting Officer Representative Certification. Scope: The contractor shall provide training vouchers for Department of Commerce employees to attend two (2) day, three (3) day, and five (5) day open enrollment training courses that cover all of the following course topics: understanding the role and responsibilities of the COR and the acquisition team, procurement integrity and special COR ethical considerations, overview of the acquisition process including acquisition planning and socioeconomic programs, writing Statements of Work, and competition requirements. The contractor shall provide open enrollment seats (vouchers) for Department of Commerce employees to attend open enrollment training courses in the following estimated quantities: 30 seats (vouchers) for the 2-day COR course, 18 seats (vouchers) for the 3-day COR course, and 10 seats (vouchers) for the 5-day COR course. Open enrollment courses are required for Department of Commerce employees in the following geographical locations: Kansas City, MO, Boulder, CO, Seattle, WA, Norfolk, VA, Pascalouga, MS, and Jeffersonville, IN. The period of performance for this requirement shall be one year from the date of award. Employees may use open enrollment seats to attend open enrollment courses offered through the end of the performance period. SUBMISSION OF QUOTES: The quote shall include the following information: TECHNICAL. The Offeror shall provide the following information regarding each COR open enrollment course offered: (1) course name, (2) course length, (3) course dates, (4) course locations, and (5) course curriculum. PAST PERFORMANCE. The Offeror shall provide past performance information to include contract or order numbers, references (names) and phone numbers for three similar projects completed within the past three years. Past performance will be evaluated on a pass (satisfactory)/fail (unsatisfactory) basis to determine that the offeror been successful in providing comparable work within the last three fiscal years. An offeror receiving unsatisfactory past performance will be considered ineligible for award. PRICE. The Offeror shall include a firm-fixed price for each COR course by location. BASIS OF AWARD: The Government will make award(s) to the Offeror(s) whose quote(s) is(are) determined to be lowest price-technically acceptable. Lowest cost will be determined by the cost of each class independently. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, offerors must show (1) Solicitation number; (2) The name, address, and telephone number of the offeror; (3) A quote complying with the Submission of Quotes section of the combined synopsis; (4) Price and any discount terms; (5) Remit to address if different than mailing address; (6) Past performance information (three), to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). FAR 52.212-2 Evaluation of Commercial Items applies to this acquisition. Evaluation of Commercial Items (Jan 1999). (a) The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) on a lowest price-technically acceptible basis. The following factors shall be used to evaluate offers: technical, past performance, and price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (k) of this provision. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation: FAR 52.203-6, Restriction to Subcontractor Sales to the Government, Alternative I (Oct 1995), FAR 52.204-7, Central Contractor Registration (Jul 2006), 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-14, Limitations on Subcontracting (Dec 1996), FAR 52.222-3, Convict Labor (Jun 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18 (Feb 2006), Availability of Funds (Apr 1984); and FAR 52.252-2, Clauses Incorporated by Reference (available at http://www.arnet.gov/far) (Feb 1998). The following Commerce Acquisition Regulation (CAR) Clauses are hereby incorporated into the combined synopsis: 1352.216-70 CONTRACT TYPE (March 2000), One or more fixed price purchase orders will be issued for the training open enrollment seats for COR courses. 1352.215-70 Period of Performance (March 2000), The anticipated period of performance for this requirement consists of a one (1) base year. The period of performance for the base period of the purchase order(s) shall be one year from the date of award. (End of clause). 1352.201-70 Contracting Officer's Authority (March 2000), The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event, the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.201-71 CONTRACTING OFFICERS REPRESENTATIVE (COR) (February 2005), a. The COR for this Purchase Order is Virna Evans. The COTR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. The COTR is located at: U.S. Department of Commerce, Office of Acquisition Management, CAPPS, Room 1854,1401 Constitution Avenue, NW, Washington, DC 20230, Phone Number: 202-482-3483. b. The responsibilities and limitations of the COTR are as follows: (1) The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. (2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO.) The CO may designate assistant or alternate COTR(s) to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. 1352.233-70 Harmless from Liability (March 2000), The Contractor shall hold and save the Government, its officers, agents, and employees harmless from liability of any nature or kind, including costs and expenses to which they may be subject, for or on account of any or all suits or damages of any character whatsoever resulting form injuries or damages sustained by any person or persons or property by virtue of performance of this contract, arising or resulting in whole or in part from the fault, negligence, wrongful act or wrongful omission of the contractor, or any subcontractor, their employees, and agents. 1352.209-73 Compliance with the Laws (March 2000), The Contractor shall comply with all applicable laws and rules and regulations having the force of law, which deal with or relate to performance hereunder or the employment by the Contractor of the employees. 1352.208-70 Printing (March 2000), Unless otherwise specified in this contract, the Contractor shall not engage in, or subcontract for, any printing (as that term is defined in Title I of the Government Printing and Binding Regulations in effect on the effective date so this contract) in connection with performing under this contract. Provided, however, that performing a requirement under this contract involving the duplicating of less than 5,000 units of only one page, or less than 25,000 units in the aggregate of multiple pages, such pages not exceeding a maximum image size of 10 and 3/4 inches by 14 and 1/4 inches, will not be deemed printing. 1352.252.70 Regulatory Notice (March 2000), Contractors are advised that certain provisions and clauses identified with a Commerce Acquisition Regulation (CAR) notation for identification purposes, have not yet been incorporated into the CAR. However, all of these items are binding for this acquisition and will eventually be contained in the CAR at Part 13 of Title 48 of the Code of Federal Regulations. 1352.209-71 Organizational Conflict of Interest (March 2000), (a) The Contractor warrants that, to the best of the Contractors knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or that the Contractor has disclosed all such relevant information. (b) The Contractor agrees that if an actual or potential organizational conflict of interest is discovered after award, the Contractor make will a full disclosure in writing to the Contracting Officer. This disclosure shall include a description of actions which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict. (c) Remedies - The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an organizational conflict of interest. If the Contractor was aware of a potential organizational conflict of interest prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contracting Officer, the Government may terminate the contract for default, debar the Contractor for Government contracting, or pursue such other remedies as may be permitted by law or this contract. (d) The Contractor further agrees to insert provisions which shall conform substantially to the language of this clause, including the paragraph (d), in any subcontract of consultant agreement hereunder. 1352.252-71 Regulatory Notice (March 2000), Offerors are advised that certain provisions and clauses identified with a Commerce Acquisition Regulation (CAR) notation for identification purposes, have not yet been incorporated into the CAR. However, all of these items are binding for this acquisition and will eventually be contained in the CAR at Part 13 of Title 48 of the Code of Federal Regulations. Special Clause: SERVICE OF PROTESTS: An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6,1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). Agency protests filed with the Contracting Officer shall be sent to the following address: U.S. Department of Commerce, 14th & Constitution Ave, NW, Room 6520, Washington D.C. 20230, ATTN: Michael Anastasio. If a protest is filed with either the Protest Decision Authority, or with the Government Accountability Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington, D.C. 20230, Attn: Mark Langstein, Esquire; FAX: (202) 482-5858 INCURRING COSTS: The DOC shall not be obligated to pay any cost incurred by the Offeror in the preparation and submission of a proposal in response to the solicitation. The Offeror is advised that the Contracting Officer is the only person who can legally obligate the DOC for the expenditure of public funds in connection with this procurement. Quote/Question Submission Instructions: All responses to this solicitation must be received by 2:00 PM EST on Sept 07, 2007. Offerors shall submit three electronic copies of their quote to Mark Pagliaro at mpagliaro@doc.gov and three hard copies of their quote to the following address: Hand Delivery or FedEx (Preferred) U.S. Postal Service, U.S. Department of Commerce, Office of Acquisition Management, Commerce Acquisition Solutions, RM 6520, ATTN: Mark Pagliaro, 14th and Constitution Avenue, NW, Washington, DC 20230, ph: 202-482-4124, Receipt of Quotes. Quotes must be received on or before by 2:00 PM EST, 7th of Sept 2007. All Questions should be addressed via e-mail to: Mark Pagliaro at mpagliaro@doc.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/OS/OAM-OSBS/SA1301-7-RQ-0014/listing.html)
 
Place of Performance
Address: Contractor(s) Training Facilities
Zip Code: 00000-0000
Country: UNITED STATES
 
Record
SN01391705-F 20070901/070830231213 (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.