Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOLICITATION NOTICE

U -- Global Knowledge Training

Notice Date
5/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
 
ZIP Code
20507
 
Solicitation Number
RFQ0058-11
 
Archive Date
6/15/2011
 
Point of Contact
Greta Nettles, Phone: (202)663-4214, Anthony R Price, Phone: (202) 663-4218
 
E-Mail Address
greta.nettles@eeoc.gov, anthony.price@eeoc.gov
(greta.nettles@eeoc.gov, anthony.price@eeoc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. Solicitation Number RFQ0058-11 is issued as a Request for Quotation (RFQ). This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 611420 and the business size standard is $7.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 effective May 16, 2011. The U.S. Equal Employment Opportunity Commission has a requirement for Global Knowledge Training services. The EEOC contemplates the award of a Firm-Fixed-Price (FFP) purchase order. The Period of Performance is from the date of award through 12 months thereafter. SCHEDULE OF SUPPLIES AND SERVICES. The quotation package shall include the following line items in a written quotation: Contract Line Item Number (CLIN) 0001, Global Knowledge Training, 10 Pack Super Saver, http://www.globalknowledge.com/training/generic.asp?pageid=784&country=United+States#, Quantity 1 Package (PG), Unit Price $__________, Total for CLIN 0001. CLIN 0002, Global Knowledge Training, Six (6) Pack Super Saver, http://www.globalknowledge.com/training/generic.asp?pageid=783&country=United+States, Quantity 1 Package (PG), Unit Price $__________, Total for CLIN 0002. TOTAL PRICE FOR CLINs 0001 and 0002 $________. A contract will be awarded to the responsible quoter whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the Central Contractor Registration (CCR) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.ccr.gov/. Each quotation must clearly indicate the capability of the quoter to meet the requirements specified in this combined synopsis/solicitation. SUBMISSION OF QUOTATION: Your quotation in response to Solicitation No. RFQ0058-11 is due before the close of business on May 31, 2011. Please return your quote along with all requested information via FAX to (202) 663-4178, ATTN: Greta F. Nettles on or before the close of business (EST) on May 31, 2011. Telephone inquiries or responses are not acceptable. If the quoter has questions pertaining to this requirement, please fax or e-mail to Greta Nettles. The fax number is (202) 663-4178. The e-mail address is greta.nettles@eeoc.gov. All questions pertaining to this requirement are due no later than 12:00 noon on May 26, 2011. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated purchase order award date is on or before June 20, 2011. BASIS FOR AWARD. A purchase order will be awarded to the responsible vendor whose quotation represents the best value to the Government based on the lowest price technically acceptable (LPTA) source selection method. All factors will be evaluated as a go/no-go. In order to be considered technically acceptable, quotations must meet the following requirements: EVALUATION FACTORS FOR AWARD. The Government will award to the quoter submitting the lowest price technically acceptable quotation. In order to be considered technically acceptable, quotations must meet the following minimum technical requirements: FACTOR 1 - Global Knowledge Training. Standard: The quoter must provide evidence that it can provide the Global Knowledge Training for the Training and quantity specified for each required CLIN. FACTOR 2 - Time and Delivery. Standard: The quoter must provide the required Global Knowledge Training within the period of performance stated in the RFQ. FACTOR 3 - Past Experience. Standard: The quoters are to provide experience on similar contracts. The quoter must demonstrate that it has successfully performed at least three similar contracts within the past three years. The quoter must provide contract type, contract number, contract value, point of contact name and telephone number, and a description of the type of service provided. Based on the evidence provided by the quoter, the past experience will be evaluated on a go/no-go basis. Once the quotes have been determined to be "technically acceptable," a single award will be made based on lowest price. Only technically acceptable quotations will be considered for award. Notice: the Government intends to evaluate quotations and make award without discussions (except clarifications as described in Federal Acquisition Regulation (FAR) 15.306(a)). Therefore, the vendor's initial quotation should contain the vendor's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The provisions at 52.212-1, Instructions to Offerors --Commercial Items applies to this acquisition. The vendor shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items with your quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items is applicable. The following FAR clauses are incorporated by reference: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-36 Payment by Third Party. To obtain the above provisions/clauses in full text, please visit https://www.acquisition.gov/far/index.html. Method of payment: Government-wide commercial purchase card.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ0058-11/listing.html)
 
Place of Performance
Address: 131 M Street, NE, Washington, District of Columbia, 20507, United States
Zip Code: 20507
 
Record
SN02455887-W 20110526/110524234958-6cd35ed7e77bf4cf9995f7ebb7bb4a46 (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.