Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

U -- Training Vouchers for Microsoft - List of training classes required

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F3PH310193AT01
 
Point of Contact
Robert J. (Joe) Walz, Phone: 210-652-5636, Ricky L. Harris, Phone: 210-652-8604
 
E-Mail Address
robert.walz@randolph.af.mil, ricky.harris@randolph.af.mil
(robert.walz@randolph.af.mil, ricky.harris@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Schedule List of training classes required 1. The AETC Contracting Squadron at Randolph AFB intends to award a contract for the purchase of training vouchers for Microsoft applications. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The government intends to award a firm-fixed price (FFP) contract to the responsible offeror submitting the quote that provides lowest price technically acceptable. This announcement constitutes the only solicitation; requests for quotes are being requested and a written solicitation will not be issued. The solicitation number is F3PH310193AT01 and is issued as a request for quotes, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. Pursuant to FAR 22.1006(a). This acquisition shall comply with the Service Contract Act of 1965. The associated North American Industrial Classification System (NAICS) code for this procurement is 611420, Computer Training, with a small business size standard of $7.0 Million. This requirement is for a 100% Small Business set-aside and only qualified offerors may submit quotes. Small business concerns must be located in the geographical area where the training will be performed, SAN ANTONIO, TX 78150. 2. Description of Services: See attached list of the training courses that are required for this requirement. 3. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil 52.204-7 -- Central Contractor Registration. 52.212-1 -- Instructions to Offerors -- Commercial Items. 52.212-2 -- Evaluation -- Commercial Items. (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 in the evaluation of quotes: Price: Offeror's shall submit the attached price schedule with their quote. Price will be evaluated for fair and reasonableness by comparing competitive quotes received as a result of this combined synopsis/solicitation. The price evaluation will be based on total price and not the price of individual training classes. Technical: Offeror's shall provide documentation with their quote that clearly demonstrates the ability to provide the required Microsoft application training classes as identified in this combined synopsis/solicitation. The offeror must also demonstrate the ability to provide the training in the San Antonio TX geographic area so the Government does not incur any temporary duty cost as a result of this training. Failure to meet the technical evaluation requirements will result in your quote being determined technically unacceptable and your quote will not receive any further consideration. The Government reserves the right to award to other than the lowest price quote/offeror if the lowest price quote/offeror is determined to be technically unacceptable. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. Offerors are required to complete and update their representations and certifications online at http://www.bpn.gov and include a completed copy of this provision with their quote. 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) 52.219-6 -- Notice of Total Small Business Set-Aside. 52.219-28 - Post-Award Small Business Program Rerepresentation. 52.222-3 -- Convict Labor. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-41 -- Service Contract Act of 1965. 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Employee Class: GS-07 Technical Instructor $18.59; Monetary Wage-Fringe Benefit: 33.35% Contribution of 5.7% of basic hourly rates for insurance (health and life), 24% for retirement, and 1.7 percent for other fringe benefits and 1.45% for medicare. Ten paid holidays: New Year's Day, Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-4 -- Applicable Law for Breach of Contract Claim. 52.246-4 -- Inspection of Services -- Fixed-Price. 52.252-1 -- Solicitation Provisions Incorporated by Reference, http://farsite.hill.af.mil 52.252-2, Clauses Incorporated By Reference, http://farsite.hill.af.mil 252.204-7004 Alternate A, Central Contractor Registration. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.243-7001 Pricing of Contract Modifications. 5352.201-9101 Ombudsman WAWF Invoicing information: During the performance of the subject contract, invoices will be submitted and accepted using the WAWF web-based system. For information on WAWF, including web-based training, visit the web-site at: https://wawf.eb.mil/ and click on About WAWF. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. The exact dates of training will be agreed upon at the time of award. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Written quotes (see attached Price Schedule) must be received no later than 02 August 2010, 3:00 p.m. Central Standard Time and reference the solicitation listed above. A vendor is responsible for ensuring that their submitted quote has been received and is legible. Late quotes/offerors will not be considered. Direct all questions regarding this solicitation to Robert J. Walz, Contract Specialist at robert.walz@randolph.af.mil or Ricky L. Harris at ricky.harris@randolph.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PH310193AT01/listing.html)
 
Place of Performance
Address: Randolph AFB, San Antonio, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02223138-W 20100731/100730000401-3a667ec79f920f4cfbdb16597494f0ac (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.