Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

R -- Computer-Microsoft Software Trainer

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RQ03141
 
Response Due
9/10/2010
 
Archive Date
9/25/2010
 
Point of Contact
Nicole Lindstrom
 
E-Mail Address
.lindstrom@va.gov<br
 
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, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. In accordance to FAR 19 this a 100% SMALL BUSINESS SET ASIDE. (ii) The solicitation number is VA263-10-RQ-0314 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-39 March 19, 2010 Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv)This solicitation is issued as a 100% small business set aside. The North American Industry Classification System (NAICS) code is 611420, and the size standard is $7.0 Million. (v) This requirement consists of twelve (12) line items: CLIN (1) Microsoft Word 2007 Training Intermediate a.4-5 hour sessions (7 sessions) b.10-15 Employees each session c.Off-site: Vendors Location CLIN (2) Microsoft Word 2007 Training Advanced a.4-5 hour sessions (7 sessions) b.10-15 Employees each session c.Off-site: Vendors Location CLIN (3) Microsoft 2007 Access Beginner a.4-5 hour sessions (8 sessions) b.10-15 Employees each session c.Off-site: Vendors Location CLIN (4) Microsoft 2007 Access Intermediate a.4-5 hour sessions (8 sessions) b.10-15 Employees each session c.Off-site: Vendors Location CLIN (5) Microsoft 2007 Access Advanced a.4-5 hour sessions (8 sessions) b.10-15 Employees each session c.Off-site: Vendors Location CLIN (6) Microsoft 2007 Excel Beginner a.4-5 hour sessions (8 sessions) b.10-15 Employee each session c.Off-site: Vendors Location CLIN (7) Microsoft 2007 Excel Intermediate a.4-5 hour sessions (13 sessions) b.10-15 Employees each session c.Off-site: Vendors Location CLIN (8) Microsoft 2007 Excel Advanced a.4-5 hour sessions (13 sessions) b.10-15 Employees each session c.Off-site: Vendors Location CLIN (9) Microsoft 2007 Share Point Beginner a.4-5 hour sessions (12 sessions) b.10-15 Employees each session c.On-site: MVAHS CLIN (10) Microsoft 2007 Share Point Intermediate a.4-5 hour sessions (15 sessions) b.10-15 Employees each session c.On-site: MVAHS CLIN (11) Microsoft 2007 Share Point Advanced a.4-5 hour sessions (12 sessions) b.10-15 Employees each session c.On-site: MVAHS CLIN (12) Microsoft 2007 One Note Basic-Intermediate a.4-8 hour sessions (10 sessions) b.10-15 Employees each session c.On-site: MVAHS (vi) Suggested item(s) is 100% small business set aside. FSS vendors could not be found for this service. Request expedited processing to have this service in place by 10/01/10. Pricing includes On-site and Off-site services. (vii) Delivery FOB Destination to Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, MN 55417 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-1 Type of Contract, VAAR 852.233-70 Protest Content; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a firm fixed price 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 evaluation factors shall be used to evaluate offers: Technical Capabilities a.Offerors must have the ability to officially teach learners Microsoft Office 2007 Access, Word, Excel, Power Point, Share Point, and One Note. b.Offerors must have ability to teach learners at all learning levels, of all disciplines, and at all levels of computer literacy. c.Offerors clearly demonstrate current teaching materials and knowledge of MS Office 2007 Suite. d.Offerors must be MS Office 2007 certified instructors on and off-site. e.Offerors product and approach must be compatible with individualized and group learning styles at varying learning levels and at all levels of computer literacy. Offers will be considered only from offerors who are regularly established in the business called for and whom in the judgement of the Contracting Officer (CO) are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. TECHNICAL PROPOSAL: The technical proposal will primarily determine the qualifications and capability of the offeror to participate in this contract. The proposal should be concise and provide sufficient information to demonstrate the offeror's capacity to satisfactorily perform the tasks outlined in the Combined Synopsis/Solicitation. Price Past Performance: List a minimum of three (3) references, including contract number, dates of performance, point of contact and telephone number. Identify any Federal, State and local Government and private contracts that are similar in nature in scope and size. References shall include individuals who could provide a reference based on current and/or active contracts or those completed within the last two (2) years. Offerors must have significant, successful, and current experience in Microsoft Office 2007 Suite training. Technical and Past Performance are the non-price evaluation factors and are listed in descending order of importance. All subfactors identified under the listed evaluation factors are equal in importance (e.g. 1(a), 1(b), 1(c), etc.) and when combined, are significantly more important than price. NOTE: In accordance with FAR 15.305(a)(2)(ii): "The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The source selection authority shall determine the relevance of similar past performance information. In accordance with FAR 15.305 and (a)(2)(iv): "In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offer may not be evaluated favorably or unfavorably on past performance." Classroom Evaluation/Videos Submit at least 10 classroom evaluations of employees from Microsoft Office 2007 courses. Submit 5-10 minute videos of employees teaching various Microsoft Office 2007 courses shall be submitted with signed offer 1.Complete the Contractor Representations and Certifications as provided in FAR 52-212-3, provided in the Contract Provisions section of this Combined Synopsis/Solicitation (OR Contractor must be registered in Online Representations and Certifications Application (ORCA) - see FAR 52.212-3(k)); Neutrality of Rating When No Past Performance Information Is Available In accordance with FAR 15.305 and (a)(2)(iv): "In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offer may not be evaluated favorably or unfavorably on past performance." (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-9, 52.219-28, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.222-42(employee class is 15050: Computer based training specialist/instructor monitary wage and fringe benefits are GS-9, plus 25% fringe benefits) 52.224-1, 52.224-2, 52.225-13, 52.232-18, 52.232-34,819.502-2, 852.203-70, 852.237-70, 852.273-75, 852.273-76, (xiii) Provisions: 52.228-5,52.232-18,852.233-2 (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. Wage determination number 2005-2287. Revision number is 9 as of 06/15/2010. (xv) RESPONSES ARE DUE FRIDAY September 10, 2010 by 2.00 p.m. central standard time (cst). Electronic offers will be accepted; submit quotation to - Nicole Lindstrom, Minneapolis Contracting and Purchasing Office, 708 South Third St, Ste 200E, Minneapolis, MN 55414, FAX 612-333-3667, or e-mail nicole.lindstrom@va.gov. (xvi) Point of contact for this solicitation is Nicole Lindstrom, 612-344-2171 or e-mail nicole.lindstrom@va.gov. All questions must be in writing and submitted by September 7, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ03141/listing.html)
 
Place of Performance
Address: Minneapolis VA Health Care System;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
 
Record
SN02264916-W 20100903/100902000324-d36011bfd6d51ba590c9c0c8795db67f (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.