Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
DOCUMENT

U -- Specialized Training - Solicitation

Notice Date
9/8/2008
 
Notice Type
Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
156923
 
Archive Date
9/27/2008
 
Point of Contact
Keturah M Tate, Phone: 202.406.6940
 
E-Mail Address
keturah.tate@usss.dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services 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 156923 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-06. The NAICS code is 611430- Professional Development and Training, and the small business size standard is $6.5 million dollars per the Small Business Administration. This procurement is a total small business set aside. This acquisition is firm-fixed price. The description and specification provided herein, is essential to the Governments requirement. The United States Secret Service (USSS) has a requirement for specialized training (see attached Statement of Work for details). The Government intends to award a fixed price contract to the responsible offeror(s) whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government made in the following order: (1) technical capability; (2) price and (3) past performance. The Offeror is required to propose their best technical approach and submit a detailed cost proposal. The offeror is also required to submit three (3) references for Past Performance evaluation which should include the name and address of the organization, contact person, and contact information. Please submit copies of all technical, past performance and cost volumes associated with this proposal package separately. The technical volumes shall address offorors approach to meeting requirements. The contract shall include one base period with four-one year options. The period of performance is as follows: Base Period: October 1, 2008 though September 30, 2009; Option Year (1): October 1, 2009 through September 30, 2010 Option Year (2): October 1, 2010 through September 30, 2011; Option Year (3): October 1, 2011 through September 30, 2012; Option Year (4): October 1, 2012 through September 30, 2013. Statement of Work Attached Line Items are as follows: 0001 Protective Intelligence Simulations & Practical Exercise Course-SATC 0002 Protective Intelligence Questioning for 1 st Line Officers Course-UDTC 0003 Protective Intelligence In-service: Advanced Interviewing Skills Course 0004 Option Year I Protective Intelligence Simulations & Practical Exercise Course-SATC 0005 Option Year I Protective Intelligence Questions for 1 st Line Officers Course-UDTC 0006 Option Year I Protective Intelligence In-Service: Advanced Interviewing Skills Course 0007 Option Year II Protective Intelligence Simulations & Practical Exercise Course-SATC 0008 Option Year II Protective Intelligence Questions for 1 st Line Officers Course-UDTC 0009 Option Year II Protective Intelligence In-Service: Advanced Interviewing Skills Course 0010 Option Year III Protective Intelligence Simulations & Practical Exercise Course-SATC 0011 Option Year III Protective Intelligence Questions for 1 st Line Officers Course-UDTC 0012 Option Year III Protective Intelligence In-Service: Advanced Interviewing Skills Course 0013 Option Year IV Protective Intelligence Simulations & Practical Exercise Course-SATC 0014 Option Year IV Protective Intelligence Questions for 1 st Line Officers Course-UDTC 0015 Option Year IV Protective Intelligence In-Service: Advanced Interviewing Skills Course The following provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central contractor registration (JUL 2006) 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); In accordance with FAR 52.212-2, All quotes shall be evaluated based on price. 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror shall complete the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer. A copy of the offeror's completed record from ORCA shall be printed and submitted with the offer). 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005); 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (NOV 2006), the following clauses apply and are incorporated by reference: 52.233-3, Protest after award, 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-34 Payment by Electronic Funds Transfer -Other Than Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the World Wide Web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All proposals must include; 1) Technical and Pricing information 2) Company Information (address, telephone number, point of contact), 3) Tax Identification Number, 4) Dun & Bradstreet Number, 5) completed and signed copy of the FAR 52.212-3, Representations and Certifications. Please note: All questions in reference to this solicitation must be submitted via e-mail to Keturah.Tate@usss.dhs.gov by 10:00 am EST, Tuesday, September 9, 2008. All responsible proposals shall be forwarded via Email to Keturah.Tate@usss.dhs.gov no later than 4:00 P.M. (EST), Friday, September 12, 2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4dc2bbf8cb9d342e8136a3877ce2726d&tab=core&_cview=1)
 
Document(s)
Solicitation
 
File Name: Solicitation Part 1 (Solicitation pt.1.pdf)
Link: https://www.fbo.gov//utils/view?id=650a5188b8f7a3278f849c52ae32cfe9
Bytes: 2,363.32 Kb
 
File Name: Solicitation Part 2 (Solicitation pt.2.pdf)
Link: https://www.fbo.gov//utils/view?id=141dc37024b3b677d63b5b5eb5100273
Bytes: 2,478.81 Kb
 
File Name: Statement of Work (Statement of Work.pdf)
Link: https://www.fbo.gov//utils/view?id=9ab54e4dd396eddb61602b365710723a
Bytes: 912.60 Kb
 
File Name: Wage Determination (Wage Determination.pdf)
Link: https://www.fbo.gov//utils/view?id=35aea0fc9a68709d96b5bd87ac4e3761
Bytes: 1,986.33 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN01663495-W 20080910/080908222134-4dc2bbf8cb9d342e8136a3877ce2726d (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.