The RFP Database
New business relationships start here

Effective Leadership for High Reliability Healthcare


Utah, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation

(i) This is a combined synopsis/solicitation for the acquisition of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.


(ii) Solicitation Number: FA8201-17-R-9512
This solicitation is issued as a request for quotation (RFQ).


(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-87.


(iv) Contracting Officer's Business Size Selection: Other Than Full and Open Competition
NAICS Code: 611310
Small Business Size Standard: $27.5M


(v) CLIN 0001- ACHE Training: Effective Leadership for High-Reliability Healthcare
1 Each


(vi) Dates and Place of Performance:
The period of performance is 18 April 2017- 19 April 2017.


7321 Balmer Ave Bldg 570, Hill AFB, UT 84056


(vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400 MST, 29 March 2017 via electronic mail to schneidig.aroche@us.af.mil.
Submit quotations on company letterhead or pricing document; contractor format acceptable.
Quotations must include as a minimum:
1. The solicitation number;
2. The time specified in the solicitation for receipt of offeror;
3. The name, address, and telephone number of the offeror;
4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
5. Price and any discount terms;
6. "Remit to" address, if different than mailing address;
7. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.


The government reserves the right to make award on the initial quote without discussions.


(viii) 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 to evaluate offers:


(i) price;
(ii) technical capability of the item offered to meet the Government requirement;


(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets all specifications IAW the Specifications. The lowest priced proposal will be evaluated first for technical acceptability (to be based on the specifications in the CLIN), If found technically acceptable, no other proposals will be evaluated. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).


(c) 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 offer, 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.


(ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.


(x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.


(xi) The clause at 52.212-5(Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.


(xii) Additional Contract Requirement or Terms and Conditions:
52.204-10 Reporting Executive Compensation And First-Tier Subcontract Awards
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013)
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.222-19 Child Labor - Cooperation With Authorities And Remedies
52.223-5 Pollution Prevention And Right-To-Know Information
52.225-13 Restrictions on Certain Foreign Purchases
52.232-1 Payments
52.232-8 Discounts For Prompt Payment
52.232-11 Extras
52.232-33 Payment By Electronic Funds Transfe--System For Award Management
52.232-39 Uneforcibility of Unauthorized Obligations
52.242-17 Government Delay Of Work
52.243-1 Changes--Fixed-Price
52.247-34 F.O.B Destination
52.249-1 Termination For Convenience Of The Government (Fixed-Price) (Short Form)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7006 Billing Instructions
252.211-7003 Item Unique Identification And Valuation
252.223-7006 Prohibition On Storage Treatment And Disposal Of Toxic Or Hazardous Materials-Basic
252.223-7008 Prohibitio0n Of Hexavalent Chromium
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) Details will be provided on award.
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.204-7012(Dev) Safegaurding Covered Defense Information And Cyber Incident Reporting(Dec 2015)
5352.223-9001 Health And Safety On Government Installation
5352.242-9000 Contractor Access To Air Force Installations
5352.201-9101 Ombudsman (APR 2014)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause)


(xiii) Defense Priorities and Allocations System (DPAS):
N/A


(xiv) For additional information regarding the solicitation contact A1C Schneidig Aroche at 801-586-3846.


Notice to Offerors:
The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.


 


Schneidig Aroche, Phone 8015863846, Email Schneidig.Aroche@us.af.mil - Tracey Beringer, Contracting Officer, Phone 801-586-3365, Email Tracey.Beringer@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP