Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

U -- Combined Synopsis/Solicitation First and Second Year Boiler Plant Operator Intern Training

Notice Date
7/30/2010
 
Notice Type
Presolicitation
 
NAICS
611513 — Apprenticeship Training
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25510RQ0459
 
Response Due
8/30/2010
 
Archive Date
9/14/2010
 
Point of Contact
David Holden
 
E-Mail Address
ct
 
Small Business Set-Aside
Total Small Business
 
Description
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. This requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-255-10-RQ-0459. RFQ VA-255-10-RQ-0459 is issued to Provide First and Second Year Boiler Plant Operator Intern Training for the VHA Center for Engineering and Occupational Health.. This requirement shall be completed in accordance with the Statement of Work and Schedule of Services (Attached document). This solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-37. This procurement is set-aside for small business. The NAICS code is 611513 and the small business size standard is $7.0M. The government contemplates a firm fixed price requirements contract from this procurement. Quantities reflected in the Schedule of Services are estimates only. Services will be acquired by issuance of individual task orders. This requirement shall be completed in accordance with the Statement of Work and Schedule of Services. Contract Period will be for a one year base period beginning on the date of award with three 1-year option periods. All prospective offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of FAR 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.202-1 Definitions, FAR 52.216-18 Ordering, FAR 52.216-19 Ordering Limitations, FAR 52.216-21 Requirements, FAR 52.217-8 Option to extend services, FAR 52.217-9 Option to extend the term of the contract, FAR 52.224-1 Privacy Act Notification, FAR 52.224-2 Privacy Act, FAR 52.228 Insurance Work on a Government Installation, 52.232-18 Availability of funds, 52.232-19 Availability of funds for the next fiscal year, FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items, VARR 852.203 Commercial Advertising, VAAR 852.237-70 Contractor Responsibilities, VAAR Security requirements for unclassified information technology resources, VAAR 852.273-76 Electronic Invoice Submission apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.219-8, FAR 52.219-27, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-41, FAR 52.222-42 FAR, FAR 52.222-44, FAR 52.222-54, FAR 52.225-1, FAR 52.225-13, FAR 52.232-34. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) Wage Determination 05-2307 (Rev. 10) Dated 06/15/2010 Attached Solicitation). 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 to evaluate offers: Technical Training Approach, Key Personnel and Past Performance, when combined, are more important than price. BASIS OF SELECTION: 1. Responsive and Responsible: 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 to evaluate offers: Technical Training Approach, Key Personnel, Past Performance and Price Offerors shall provide the following information for evaluation purposes, which are listed in descending order of importance: Factor 1: TECHNICAL TRAINING APPROACH Sub-factor 1: Training approach and course description: Provide course description/manual for each 40 hour block of training (4) indicated on the Schedule of Services (first and second year intern training). Course description/manual should list each book or books to be used for the each 40 hour block of training and all course materials. For each 40 hour block of training, course description should outline the combination of classroom theory and hands-on training used to reinforce the classroom theory. Sub-factor 2: Books and training materials to be used for each 40 hours block of training: Offerors shall submit 1 copy of each book or books and training materials to be used for each 40 hours block of training. Factor 2: Key Personnel The contractor shall submit a résumé, limited to two pages, for each instructor. Key Personnel shall have at least 5 years of similar training experience and demonstrate competence by documentations of field experience and education (Certifications, degrees ¦). Factor 3: PAST PERFORMANCE List a minimum of three (3) references, including contract number, dates of performance, point of contract and telephone number. Identify any Federal, State and local Government and private contracts that are similar in nature in scope and size. References should include on-going contracts or those completed within the last three (3) years. Technical Training Approach, Key Personnel, Past Performance when combined, are more important than price. Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the above technical, past performance and price factors. 2. Options: The Government will evaluate the submitted offer for selection purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 3. Binding Contract: A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the solicitation, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4. CCR Registration: Offeror must be registered in the Central Contractor Registration (CCR) system. No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at www.ccr.gov. Offeror should also fill in their Certifications and Representations online at the following website: Https://ORCA.bpn.gov Offers shall be clearly marked with RFQ referencing number # VA-255-10-RQ-0459 Contractors shall submit their information in two (2) separate envelopes. One (1) envelope shall be marked (TECHNICAL) and the other envelope shall be marked (PRICE). Two (2) copies of their technical and past performance proposals and any required documents or materials requested above shall be submitted. Two (2) copies of the signed solicitation including price/cost as requested shall be submitted. NO PRICING information should be contained in the TECHNICAL envelope. Offers will be received by mail or if hand-carried at the address listed below until August 30, 2010 at 12:00 a.m. Central Standard Time (CST). The point of contact for this procurement is David P. Holden, Contracting Specialist, Department of Veterans Affairs, VA Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Email: david.holden@va.gov Phone: 913-758-4281
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25510RQ0459/listing.html)
 
Place of Performance
Address: Various Locations
Zip Code: 14215
 
Record
SN02223437-W 20100801/100730234637-a3ee901b085bb86b16a55ff19cd2b9f1 (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.