U--ISO 9001:2015 Lead Auditor Training for VA QMS Consultative Division Combined Synopsis/ Solicitation

expired opportunity(Expired)
From: Federal Government(Federal)
VA119A17Q0226

Basic Details

started - 01 May, 2017 (about 7 years ago)

Start Date

01 May, 2017 (about 7 years ago)
due - 05 May, 2017 (about 7 years ago)

Due Date

05 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
VA119A17Q0226

Identifier

VA119A17Q0226
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DESCRIPTIONThis 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; proposals are being requested and a written solicitation will not be issued.Solicitation Number: VA119A-17-Q-0226. This solicitation is issued as a request for quotation (RFQ) using simplified and commercial item procedures identified in FAR Parts 13 and 12.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 2005-95 effective January 19, 2017 and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil.This requirement is a total (100%) set-aside for Service-Disabled Veteran-Owned Small
Businesses (SDVOSBs). To be eligible to quote, vendors must be verified in the Veteran Information Pages (VIP) at https://www.vip.vetbiz.gov/Default.aspx and small under the applicable NAICS code, 611430 Professional and Management Development Training (size standard of $11M) as determinable through the Quoter s SAM record.Contractor shall deliver the following:CLIN DESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE0001ISO 9001: 2015 Lead Auditor Course for VA StaffIncludes all necessary labor, supervision, certifications, supplies and materials, content, venue, and incidentals to provide face to face training at Contractor location.Unit Price is based on price for one student (1 VA Attendee = 1 EA)24EA$___________$___________Description of requirements for the items to be acquired:See ATTACHMENT A: PERFORMANCE WORK STATEMENT for requirements.Dates and place of delivery and acceptance:See ATTACHMENT A: PERFORMANCE WORK STATEMENT for period and place of performance details.The provision at 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition. Addenda to the provision are as follows:INSTRUCTIONS TO QUOTERS Submission of quote:Submit your company s quote via email to the Contract Specialist (William.Milline@va.gov) and Contracting Officer (Allen.smith3@va.gov) prior to the deadline below. You may submit more than one quote. If you do, the Government will evaluate each separately.Submission deadline:The Government must receive your quote via email by 12:00PM ET on May 8, 2017. The Government will not consider any quote that it receives after the deadline unless it receives it before issuing an order and considering it will not delay the purchase. The Government email system will not accept file sizes that exceed 5MB. It is the contractor s responsibility to submit all parts of their quote no later than the date and time specified in the RFQ.In case of an emergency that delays operations and makes submission or receipt of your quote impossible, the Government will extend the deadline by one working day.Questions: Submit any questions electronically to the email addresses above on or before 12:00PM ET on May 3, 2017. Questions submitted after this date and time may not receive a response.Terms and content of your quote:Your quote must be based on the terms of this RFQ. The Government may reject any quote that is not based on these terms in every respect. Quoters are hereby advised that any quoter-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the solicitation, may render the offeror s quote unacceptable, and thus ineligible for award.Your quote must contain all of the information described below.Socioeconomic Status:To be eligible to quote, your firm must be a VIP Verified SDVOSB at time of quote submission and at time of award, and small under the NAICS 611430 (discernable from your SAM Representations and Certifications).Issuance of an award:Your quote should contain your best terms. The Contracting Officer may reject any or all quotes. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing an order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will NOT use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue an order to other than the quoter with the lowest price. The Government may issue an order for less than the quantity on which your quote is based, at the quoted unit price, unless your quote identifies that you will not accept an order on that basis.Any award resulting from this solicitation will be issued on a Standard Form 1449.Information to be submitted:Put the following information on the first (non-cover)page of your quote:(1) RFQ number VA119A-17-Q-0226;(2) Your company name, address, DUNS number and telephone number;(3) Your fixed CLIN price (and any discount terms) by completing unit and total price of the following:CLIN DESCRIPTIONQTYUNITUNIT PRICETOTAL PRICE0001ISO 9001: 2015 Lead Auditor Course for VA StaffIncludes all necessary labor, supervision, certifications, supplies and materials, content, venue, and incidentals to provide face to face training at Contractor location.Unit Price is based on price for one student (1 VA Attendee = 1 EA)24EA$___________$___________(4) Acknowledgement of any amendments to this RFQ; and(5) A statement that you assent to all terms of this RFQ.Beginning on the second page of your quote, provide the following information in the following order (start each requirement below on separate page and include the Bold Faced Font as the section Title):DESCRIPTION OF APPROACH: A description of how you intend to provide the required training course to the 24 VA employees within the delivery time specified in Attachment A: Performance Work Statement, including general venue information and whether the course is certified through Exemplar Global, the American Board of Accredited Certifications (ABAC), or other recognized verifiable accreditation organization/board (2 pages max). COURSE AGENDA: The course agenda/ syllabus (no page limit).INSTRUCTOR: The Lead Instructor biography (2 pages max) demonstrating at least 5 years experience in ISO 9001 Quality Management and certification as a Lead ISO Auditor.PERFORMANCE REFERENCES: References to up to three current or former customers who will attest to the quality of delivery of relevant training within the past three years, including (i) customer name, (ii) customer address, (iii) contract or purchase order numbers, (iv) persons to contact, (v) contact telephone number, and (vi) details/ description of performance. (no page limit). If Quoter will be using a major subcontractor (subcontractor performing 25% or more of the work and cost) and wishes to use the major subcontractor s performance references to support its performance, it must clearly identify the proposed subcontractor s portion of the work in this section. Note that as an SDVOSB set-aside, subcontracting limitations apply to performance.System for Award Management (SAM): You must be registered in SAM at time of quote submission and must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation.DUNS Number (Data Universal Numbering System Number):Place the annotation DUNS or DUNS+4 next to your name and address on the first page of your quote as required above. If you do not have a DUNS number, contact Dun and Bradstreet to obtain one. If you are located within the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are located outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. Tell Dun and Bradstreet that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. The DUNS+4 is the DUNS number plus a 4-character suffix that you may use at your discretion to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for your company.Additional Provision(s):VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.(End of Provision)***********************END OF ADDENDA TO 52.212-1 **********************The evaluation will be conducted using the procedures in FAR 13.106-2 and the provision at FAR 52.212-2.The provision at 52.212-2, Evaluation -- Commercial Items applies to this RFQ. Paragraph (a) of this provision is as follows:(a) The Government intends to award a contract resulting from this solicitation to the responsible VIP Verified quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:A. Technical Capability;B. Performance References; and C. Price***********************END OF 52.212-2, Paragraph (a) **********************Additional evaluation information:Technical Capability- Government will review approach, course agenda, accreditations, and lead instructor qualifications to determine the degree to which the PWS requirements are met or exceeded. Quoters with technical capability merits exceeding those required in the PWS to the Government s benefit may be rated more favorably. Quoters with technical capabilities failing to meet the minimum PWS requirements may be removed from further consideration.Performance References- Using references provided, PPIRS, or any other reasonable means, Government will assess the relative risk associated with the Quoter s likelihood of success in fulfilling the PWS requirements. The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Quoter. In this context, Quoter refers to the proposed prime contractor and all proposed major subcontractor(s). If proposing a major subcontractor, this must be determinable through the quote. Price- Price will not be evaluated adjectivally or assigned a score. Price will be evaluated to determine whether it is fair and reasonable. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. The Government expects that price reasonableness will be established through adequate price competition, but it may also determine price reasonableness through price analysis techniques as described in FAR 13.106-3. Note that formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer may conduct comparative evaluations of quotes.Quoters are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote if it does not wish to have the Government rely on its Representations and Certifications in SAM. If submitting Reps and Certs, Quoter should submit a separate volume from the information requested above. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Addenda to the clause are as follows:Paragraph 52.212-4(g) is supplemented with the following Order Administration Data (fill-ins to be completed at time of award): ***ORDER ADMINISTRATION DATA***(continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: __________________ __________________ __________________ DUNS: ____________ TIN: ______________ CAGE: ____________ b. GOVERNMENT: Contracting Officer 36C10X Strategic Acquisition Center - FrederickDepartment of Veterans Affairs321 Ballenger Center Drive, Suite 125Frederick MD 21703 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [ ]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [ ] b. Semi-Annually [ ] c. Other [X] Monthly in arrears based on actual services provided and , upon delivery and acceptance by COR. 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.5. INVOICING INSTRUCTIONS*** The IFCAP Purchase Order number: [TBD] MUST be included on all invoices.*** The Contract/Order number: [] MUST be included on all invoices. ******************************************************************************TUNGSTEN (fka OB10) ELECTRONIC INVOICE SUBMISSIONFSC e-INVOICE PROGRAM THRU AUSTIN PORTALFSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Contractor POC: ___________________________ Contracting POC: ___________________________COR (Contracting Officers Representative): ____________________________Vendor Electronic Invoice Submission Methods:Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below.VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge.A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org.Vendor e-invoice Set-up information:Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below.Tungsten e-Invoice setup information: 1-877-489-6135Tungsten e-Invoice email: VA.Registration@tungsten-network.comVA TUNGSTEN Number: AAA544240062 FSC e-Invoice contact information: 1-877-353-9791FSC e-Invoice email: vafsccshd@va.govhttp://www.fsc.va.gov/einvoice.aspCOMMUNICATIONS:https://www.federalregister.gov/articles/2012/11/27/2012-28612/va-acquisition-regulation-electronic-submission-of-payment-requestshttp://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily6. LIMITATIONS ON SUBCONTRACTING- MONITORING AND COMPLIANCE: This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (DEVIATION) and Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting. Accordingly, any task order resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.***********************END OF ADDENDA TO 52.212-4 **********************The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following are applicable to the acquisition:52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note)52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f)52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2))52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332)The following additional Clauses are incorporated by reference:VAAR 852.203-70 Commercial Advertising (JAN 2008)VAAR 852.219-10 VA NOTICE OF NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)VAAR 852.232-72 Electronic submission of payment requests (NOV 2012)Additional contract requirement(s) or terms and conditions: NoneQuotes are due prior to 12:00PM ET on Monday May 8, 2017.For information regarding the solicitation, please contact Mr. William Milline at william.milline@va.gov or via phone at (240) 215-0857. Contact Information: William Milline (william.milline@va.gov)Allen L. Smith (allen.smith3@va.gov)Allen.Smith3@va.gov Office Address :Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703 Location: VA CAI Frederick Set Aside: Service-Disabled Veteran-Owned Small Business

Contractor Location TBDLocation

Address: Contractor Location TBD

Country : United StatesState : Missouri

Classification

NAISC: 611430 GSA CLASS CODE: U