Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOURCES SOUGHT

U -- Masonry Structures Course

Notice Date
3/7/2012
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-12-T-0096
 
Response Due
4/6/2012
 
Archive Date
6/5/2012
 
Point of Contact
BETTY PETTIGREW, 256-895-2533
 
E-Mail Address
USACE HNC, Huntsville
(betty.r.pettigrew@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USACE LEARNING CENTER REQUIREMENT This Sources Sought Notice is intended for market research purposes and is not a solicitation. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. It is the Government's intent to consider awarding this acquisition under the authority of the Small Business Program (see FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for further small business preference programs. The responding firm should indicate its ability to meet the requirement of FAR 52.219-14(b)(1). If a single firm lacks the necessary capacity or capability to perform the contract on its own, a joint venture arrangement in accordance with the Code of Federal Regulations (CFR) references listed below is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the Small Business 8(a) Program teaming arrangement/joint ventures are described in the Code of Federal Regulations at 13 CFR 124.513. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403(c) and 13 CFR 125.15(b). You may obtain these regulations at the following websites: (1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html and (2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The U.S. Army Engineering and Support Center (CEHNC) Learning Center in Huntsville, Alabama intends to solicit and award a single award contract for the Masonry Structures Course using NAICS 611430. Topics in this course will include (1) Masonry materials, properties and testing; (2) Design loads; (3) Strength design of reinforced masonry; (4) Lateral load considerations and shear wall design; (5) Column/plaster design; (6) Masonry lintels; (7) Bond Beams; (8) Masonry specifications; (9) Masonry details; (10) Workshop design problems; and (11) Quality assurance. Manuals to be used as reference include UFC 3-310-06 "Masonry Design for Buildings," IBC 2003 and other national guidance and standards. The contractor will use no earlier edition than the 2008 Masonry Standards Joint Committee's (MSJC) Building Code Requirements and Specification for Masonry Structures (TMS 402/ACI 530/ASCE 5) as the primary reference as it is required by reference in the 2009 International Building Code. Instructors for this course shall be certified as Professional Engineers and have current knowledge of the applicable specifications. In addition, a Bachelor's degree in civil engineering or a relevant subject is required with advanced degrees being evaluated positively. The instructor will have taught Masonry Design and Construction or related engineering subjects for at least two years to be evaluated satisfactory. Degrees shall be from accredited institutions. This course will be taught once a year in Kansas City, Missouri, and will be approximately four days long with approximately six hours of instruction per day. The course will be taught with Government instructors in Government furnished spaces. The contractor will be reimbursed for travel and per diem in accordance with the Joint Travel Regulation (JTR). Period of performance will be a one (1) year base period and four (4) one-year option periods for a total of five (5) years possible. Prior Government contract experience is not required for submitting a response under this Sources Sought Notice or for submitting a proposal under the planned solicitation. All performance must comply with all Federal, State and local laws, ordinances, codes and regulations. In addition, OCONUS work may be required and will be in compliance with host nation requirements. All responsible sources interested in this acquisition are encouraged to register with the Federal Business Opportunities (FedBizOps) website as an interested vendor. Companies are also encouraged to register on the FedBizOps website to receive notification with regard to any updates posted to the FedBizOps website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this Sources Sought Notice. All such responses will be considered by the agency. Responses to this Sources Sought Notice shall be submitted as follows. Anything not in compliance will not be reviewed. a. One Microsoft Word document shall be E-mailed to the following address: Betty.Pettigrew@usace.army.mil Reference: USACE Masonry Structures Course. The Word document shall not exceed 15 pages total and not exceed 5MB in size. The document shall provide responses to the following questions: 1. Vendor's name, address, point of contact, phone number, E-mail address, CAGE code, business size, 8(a) status, HUBZone status, and Service-Disabled Veteran Owned (SDVO) status if applicable. 2.Would you be proposing this project as a single contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or as a joint venture? If proposing as a joint venture, confirm if this will be an SBA8(a), HUBZone, or SDVO joint venture. Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR 9.6 for Government policy on teaming arrangements. 3. Explain your (or teams/joint ventures) capability of performing work in the required geographic locations to include OCONUS locations in Europe, Korea and other identified sites. 4.Explain your (or teams/joint ventures) capability to produce course manuals and other instruction data to include lesson plans, pre and post tests, learning objectives, audio visual aids and student learning objectives. Past performance on similar contracts, Government or civilian, within the past three (3) years should be included. Point of Contract Betty Pettigrew, (256) 895-2533 E-mail Address: Betty.Pettigrew@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-T-0096/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02691135-W 20120309/120307235505-e10201288b0a0059a76da888de7019d3 (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.