Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SPECIAL NOTICE

U -- Sole Source - Residency Management Program

Notice Date
7/9/2008
 
Notice Type
Special Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4538155AT03
 
Archive Date
7/26/2008
 
Point of Contact
Joseph W Hoh, Phone: 707-424-7773, Josephine G Cobb,, Phone: (707) 424-7720
 
E-Mail Address
joseph.hoh@travis.af.mil, josephine.cobb@travis.af.mil
 
Small Business Set-Aside
N/A
 
Description
Travis AFB intends to award a sole source purchase order for a web-based residency management/certification program renewal to Myevaluations.com. Myevaluations.com's program has been in use at Travis AFB for the last four years. Switching to a new program would require hours for each program director to develop their evaluation systems and educating staff and residents on how to use the program. Changing the training management system would cause an incredible additional workload, and possible cause problems in providing data to accrediting agencies. It would also include time for conversion and the potential loss of data. The program is to be used at Travis AFB, CA, 94535. All responsible sources may submit a quotation, which shall be considered by the agency. NAICS Code 611430 applies, size standard $6.5M. SIC 8299 applies. FSC U008 applies. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, DCN 20080513, and AFAC 2008-0605. Period of performance will be 15 July 2008-30 June 2009, with four option years: Option Year 1: 01 July 2009-30 June 2010 Option Year 2: 01 July 2010-30 June 2011 Option Year 3: 01 July 2011-30 June 2012 Option Year 4: 01 July 2012-30 June 2013 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Price, 2: Technical Acceptability (Capability to easily transfer data, provide training, ease in development of training programs). Technical acceptability is significantly more important than cost or price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.204-7 Central Contractor Registration. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.219-28 Post-Award Small Business Program Representation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Class 1 Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Pease send any response to joseph.hoh@travis.af.mil or fax to 707-424-2712 NO LATER THAN 11 July 08, 12:00 PM, PST. Point of contact is Joseph Hoh, SrA, Contract Specialist, telephone 707-424-7773. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7b38a063b4dc61b401c0cbb5e2d305f1&tab=core&_cview=1)
 
Place of Performance
Address: Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01609553-W 20080711/080709220842-7b38a063b4dc61b401c0cbb5e2d305f1 (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.