Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

U -- LEADERSHIP COACHING AND VARIOUS WORKPLACE TRAINING - DG1350-09-RQ-0330

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), AGO, External Clients, SSMC4 Room 7545, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
DG1350-09-RQ-0330(ACL)
 
Archive Date
4/24/2009
 
Point of Contact
AMANDA LLOYD,, Phone: 301-713-0838 ext. 201, Natalie Simonson,, Phone: 301-713-0838 ext. 205
 
E-Mail Address
Amanda.Lloyd@noaa.gov, natalie.simonson@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ No. DG1350-09-RQ-0330 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is DG1350-09-RQ-0330. This solicitation is issued as a request for quotation (RFQ). The NAICS code is 611430. The small business size standard is $7.0 million in average annual receipts. This acquisition is a 100% Small Business Set-Aside. This procurement is for a firm fixed price contract that could result in multiple awards being made. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. Scope of Contract: The International Trade Administration has determined that there is a need for a variety of executive leadership, developmental, and skills improvement coaching/training programs. The following services will be required: In accordance with the Statement of Work, the Contractor shall furnish all personnel, management, and any items or services (except as may be identified herein as government furnished) necessary to provide a full range of educational and learning resources and support for optimal individual and organizational performance, including but not limited to classroom courses, briefings, course material for students, handbooks/guides, technical assistance and organizational development services. This contract shall provide a wide range of training, organization development, and career development services to ITA employees at all grade levels. The Contractor shall perform assigned tasks in accordance with project schedules and deliverable requirements established in the contract. Each contract will include assignments pertaining to one or more of the topics or activities described in this Statement of Work. Under fully executed contracts, the Contractor shall deliver the courses (see Pricing Schedule Attachment) at a firm fixed price. The Contractor may be asked to deliver standard courses and/or slightly modify courses if stated in the statement of work. The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The Government shall make award to the responsible offeror whose proposal response is affordable to the Government as well as realistic in price, and is evaluated as the best overall value to the Government based on 1) Technical Factors, 2) Past Performance, and 3) Price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.222-21; 52-222-26, 52.222-35; 52.222-26, 27, 38, 52.225.13, 52.232.33. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be obtained at http://www.arnet.gov/far. All responsible sources may submit proposals, technical and cost, to the DOC/NOAA/AGO, Staff Office & External Clients AD, 1305 East West Highway, Room 7519, Silver Spring, MD 20910. ATTN: Amanda C. Lloyd by 11:00 AM local Time on 9 April 2009. Please submit a total of four (4) copies of the following: technical, past performance, and cost proposals. Send all questions by email to amanda.lloyd@noaa.gov no later than 1 April 2009. Fax quotations or questions will be not accepted. NOTE: CCR Registration: A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.207-1 Central Contractor Registration (OCT 2003). Information on registration may be obtained via the Internet at: http://ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Point of Contact: Amanda Lloyd, 301-713-0838 ext. 201, email: amanda.lloyd@noaa.gov Reference RFQ Number DG1350-09-RQ-0330(ACL)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4296d519542198e8ebce20d04bb068cb&tab=core&_cview=1)
 
Place of Performance
Address: 14th and Constitution Ave., NW, Washington, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN01777716-W 20090327/090325220521-4296d519542198e8ebce20d04bb068cb (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.