Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
MODIFICATION

U -- HAPSITE SMART TRAINING - Questions and Answers

Notice Date
8/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-09-T-0021
 
Point of Contact
Whitney Brown, Phone: 757-225-7709
 
E-Mail Address
whitney.brown@langley.af.mil
(whitney.brown@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers to FA4890-09-T-0021 COMBINED SYNPOSIS/SOLICITATION PLEASE SEE INFORMATION BELOW IN BOLD FOR CHANGES TO THIS REQUIREMENT. QUESTION AND ANSWERS TO THIS SOLICITATION ARE ALSO ATTACHED. 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and will be solicited as full and open competition. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36, effective 11 Aug 2009. All responsible sources may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. 1. Description: The government requires one HAPSITE Smart Advanced Training course in support of the Air Force Medical Service (AFMS). Each active duty Air Force installation maintains a home station medical response capability to prevent/mitigate chemical, biological, radiological, and nuclear (CBRN) incidents. The installation bioenvironmental engineering team utilizes the HAPSITE detection equipment to support CBRN consequence management activities. As a minimum, training must ensure AFMS personnel maintain the proficiency and skill set necessary to utilize the HAPSITE detection equipment for home station medical response. Training must be provided by the contractor at the contractor's facilities. The minimum class size is eight (8) personnel with a maximum of 12 personnel to be trained over four (4) consecutive weekdays. Contractor must be available to accomplish training any time between 15-30 Sep 09. Exact dates will be coordinated by the Government POC after award. A lesson plan for training will need to be submitted along with quote. A finalized lesson plan will also need to be submitted to the Government POC for approval no later than two weeks prior to training. Contractor will be required to provide all equipment and training materials. Contractor should provide enough HAPSITE SMART equipment so that there are no more than two students training on each piece of equipment at one time. Copies of handouts, pamphlets, training guides, should be provided for each class participant. Each participant should also receive a HAPSITE training certificate at the end of the course. Minimum HAPSITE Trainer Requirements: Trainers must have a minimum four-year degree in science or engineering. Trainers should also have at least two months of hands-on and guided training on the HAPSITE Smart equipment and be certified to train on the HAPSITE Smart equipment. Individuals must also be proficient in technical support, troubleshooting, technical writing and training documentation, and application development. Contractor is required to submit a resume for each trainer along with quote and lesson plan. Quotes should state location of where training will take place and be submitted with pricing for the following line items and quantities: 1. HAPSITE Smart Training (class of eight (8) participants). QTY: 1 Lot 2. HAPSITE Smart Training (price per person above min class size of eight (8) and maximum of 12 participants). QTY: NTE 4 Each 2. Delivery Instructions: Training must be completed by 30 Sep 09 and will be held at the Government's discretion between 15-30 Sept 09. 3. EVALUATION: The requirement will be evaluated based on lowest price technically acceptable. The following provisions and Clauses are applicable but are not all inclusive: a. 52.211-6 Brand name or Equal b. 52.212-1 Instructions to Offerors - Commercial c. 52.212-2 Evaluation - Commercial Items (a)-evaluation will be based on lowest price technically acceptable d. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ e. 52.212-4 Contract Terms and Conditions - Commercial Items f. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited within 52.212-5 are applicable to this acquisition: (b) 1, 18, 19, 20, 31, 34, 39 g. 52.247-34 F.O.B. Destination h. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR clauses cited within 252.212-7001 are applicable to this acquisition: a, b(5), b(18) i. 252.232-7003 Electronic Submission of Payment Requests j. 252.246-7000 Material Inspection and Receiving Report 4. Commercial Warranty applies: Please identify any additional warranty information 5. GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) Quotes will be accepted via email only. Email whitney.brown@langley.af.mil NLT 26 Aug 2009, 2:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Capt Whitney Brown, Phone: 757-225-7709. Recommend you call to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-09-T-0021/listing.html)
 
Place of Performance
Address: TBD BY CONTRACTOR, United States
 
Record
SN01924547-W 20090826/090825003205-1511371ac3e30c2e6639e0869740a230 (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.