Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

U -- CPR/First Aid/AED/Disaster Relief Training - Statement of Work

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ10T0026
 
Archive Date
8/24/2010
 
Point of Contact
Khaleelah S. Wright, Phone: 202/606-6789, Leroy Dawson, Phone: 202/606-7551
 
E-Mail Address
kwright@cns.gov, ljdawson@cns.gov
(kwright@cns.gov, ljdawson@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items ACH Vendor Miscellaneous Payment Enrollment Form Quotation Cover Page Statement of Work for CPR/First Aid/AED/Disaster Relief Training This is a combined synopsis/request issued under solicitation number CNSHQ10T0026 for proposals for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The government anticipates award of a five-year Blanket Purchase Agreement (BPA). This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 2005-42 dated 6/16/2010. This procurement is unrestricted and the applicable North American Industry Classification (NAICS) code is 624230, Emergency and Other Relief Services, with a Size Standard restriction of $7.0 million dollars. The Corporation of National and Community Service (CNCS) has a requirement for CPR/First Aid/AED and disaster services training for up to 2,880 members at the five (5) AmeriCorps NCCC Campuses, located in the following areas: Vinton, IA; Vicksburg, MS; Sacramento, CA; Denver, CO; and Perry Point, MD. CNCS anticipates award of firm fixed price (FFP) BPA as a result of this Request for Quote (RFQ). The Government reserves the right to make multiple awards. The Statement of Work (SOW) is attached. Training must be provided during two start-up cycles a year - the Denver and Sacramento campuses during the fall, and the Perry Point, Vinton, and Vicksburg campuses in the winter. Disaster services training shall qualify members for entry into the Disaster Services Human Resources Database (DSHR) database, managed by the American Red Cross. ORDERING SERVICES The point of contact per campus will coordinate training schedule rotations for approx. 2,880 members to participate within the period of performance. Offerors shall submit pricing for the items specified within the combined synopsis in the following format: DENVER, CO CAMPUS - 3001 S. Federal Blvd. Walsh Hall, Rm. 136, Denver, CO 80236 01 CPR Training 320 EA $___________ $___________ 02 First Aid Training 320 EA $___________ $___________ 03 Relief Training 320 EA $___________ $___________ 04 AED Training 320 EA $___________ $___________ PERRY POINT, MD CAMPUS - P.O Box 27, Perry Point, MD 21902 01 CPR Training 320 EA $___________ $___________ 02 First Aid Training 320 EA $___________ $___________ 03 Relief Training 320 EA $___________ $___________ 04 AED Training 320 EA $___________ $___________ SACRAMENTO, CA CAMPUS - 3427 Laurel St, McClellan, CA 95652 01 CPR Training 320 EA $___________ $___________ 02 First Aid Training 320 EA $___________ $___________ 03 Relief Training 320 EA $___________ $___________ 04 AED Training 320 EA $___________ $___________ VICKSBURG, MS CAMPUS - 2715 Confederate Ave, Vicksburg, MS 39180 01 CPR Training 320 EA $___________ $___________ 02 First Aid Training 320 EA $___________ $___________ 03 Relief Training 320 EA $___________ $___________ 04 AED Training 320 EA $___________ $___________ VINTON, IA CAMPUS - 1004 G Avenue, Vinton, Iowa 52349 01 CPR Training 320 EA $___________ $___________ 02 First Aid Training 320 EA $___________ $___________ 03 Relief Training 320 EA $___________ $___________ 04 AED Training 320 EA $___________ $___________ SUPPLIES OR SERVICES TO BE PROVIDED This is a Firm-Fixed Price (FFP) type Blanket Purchase Agreement that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via the Lowest Price Technically Acceptable (LPTA). BPA Single Call Limit: $26,000 BPA Ceiling: $300,000.00 PERIOD OF PERFORMANCE This Blanket Purchase Agreement (BPA) shall be utilized to acquire CPR/First Aid/AED and disaster services training for five (5) AmeriCorps NCCC Campuses. The period of performance for this BPA is five years. The duration will commence at contract award continuing for five years. Pricing shall remain in effect for the duration of the BPA. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION The government intends to award a Single Firm Fixed Price (FFP) Blanket Purchase Agreement resulting from this notice on the proposal that provides the total lowest price for the below services and meets the technical acceptability standard as listed below. (1) A proposal submitted in response to this solicitation must be submitted electronically (E-mail) and be comprised of the following Sections: Section 1: Corporate Overview a. Company's Professional History in relation to Statement of Work b. Company's Facilities and Staff in relation to Statement of Work Section 2: Company's Technical Qualifications (All below items must be in relation to Statement of Work) a. Company's Professional Training Qualifications b. Company's Overall Capabilities in providing training as cited in the Statement of Work c. Provide License information Section 3: Pricing Proposal **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFP number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: kwright@cns.gov Khaleelah Wright, Contract Specialist And ljdawson@cns.gov Leroy Dawson, Contracting Officer **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Monday, August 9, 2010 at 12:00pm Eastern Time. ** (2) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Here are the following page restrictions by sections: Section 1- Company's Corporate Overview shall not exceed five (5) pages. Section 2- Company's Technical Qualifications shall not exceed ten (10) pages. Section 3- Pricing Proposal shall not exceed five (5) pages. Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Charts, Graphs, glossary of terms, exhibits, drawings, pictures, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the following email addresses: Khaleelah Wright, Contract Specialist at kwright@cns.gov and Leroy Dawson, Contracting Officer at ljdawson@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Solicitation Number in the subject line. Once questions are compiled, they will be answered by an issued amendment to the solicitation. (2) Questions will be permitted from July 28, 2010 through August 2, 2010. Questions submitted after August 2, 2010 at 12:00 PM Eastern Time shall not be answered. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items) in its entirety, and ACH Form, and submit with offer. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far. FAR 52.222-3 Convict Labor; 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 52.232-34 Payments by Electronic Funds Transfer-Other than Central Contractor Registration. **Offerors that submit quotation without the quotation cover page, ORCA/FAR 52.212-3, ACH Form will be deemed non-responsive and may not receive consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ10T0026/listing.html)
 
Record
SN02220702-W 20100730/100728235356-2d4d7ab5699fc2109237d69b8edc1111 (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.