Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
MODIFICATION

U -- IAWF TRAINING SUPPORT SERVICE

Notice Date
9/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
611420 — Computer Training
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-09-Q-5141
 
Response Due
9/7/2009
 
Archive Date
10/7/2009
 
Point of Contact
Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208; Jeannette L Perez, Contracting Officer, 619-553-9046
 
E-Mail Address
Contract Specialist
(gina.goodman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0005 dated 9/4/09 to Solicitation N66001-09-Q-5141 Amendment 0005 incorporates the following: 1. Question & Answer, Part Five is attached. 2. The closing date remains unchanged. ***************************************************** Amendment 0004 dated 9/4/09 to Solicitation N66001-09-Q-5141 Amendment 0004 incorporates the following: 1. "All items must be quoted in order to eligible for an award." 2. Question & Answer, Part Four is attached. 3. The closing date remains unchanged. *********************************************************** Amendment 0003 dated 9/2/09 to Solicitation N66001-09-Q-5141 1. The purpose of Amendment 0003 is to change line item 0001 description to read as follows: Microsoft (MS) XP (70-271) or Vista (70-620) Qty 340 Unit Price = ______ Extended Price = ________ 2. Attached is the revised Performance Work Statement dated 9/1/09, which supersedes Performance Work Statement of 8/26/09. 3. Question & Answer #21, Part Three is attached. 4. The closing date and time for this solicitation is hereby extended to 7 September 2009, 1500 PDT. ===================================================== Amendment 0002 to Solicitation N66001-09-Q-5141 Amendment 0002 incorporates the following: 1. FAR Clause 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification (Nov 2007) applies to this acquisition. 2. The closing date remains unchanged. ***************************************************** Amendment 0001 to Solicitation N66001-09-Q-5141 Amendment 0001 incorporates the following: 1. Revision 1 to the Performance Work Statement (PWS-IAWF) dated 8/26/09 supersedes PWS-IAWF dated 8/20/09. 2. Department of Labor, Wage Determination 05-2057 (Rev 9) is attached and applies to this acquisition. 3. The employee class and monetary wage fringe benefits for FAR Clause 52.222-42, Statement of Equivalent Rates for Federal Hires, is for an IT Specialist, GS 12/13 equivalent. 4. Technical Evaluation Factor 3, Facilities, is as follows: "Information on training facilities: location, parking, ADA compliance, number of classrooms, classroom environment, student workstations (one workstation per student), instructional equipment, additional services or aids. Wireless access for student laptops is desired. Site visits are not required, but may be requested by the Government." 5. Ensure your pricing takes into account the Governments' intent to make split awards; i.e., if there are price breaks please indicate where they occur. 6. The closing date is extended to 0730 PDT on 2 September 2009. ********************************************************* This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this request for quotation (RFQ) is N66001-09-Q- 5141. The government is soliciting quotes for the purchase of commercial services. This requirement will result in a firm fixed priced purchase order. This solicitation is for full and open competition. The applicable NAICS code is 611420. The size standard is $7.0 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36 (8/11/09) and Defense Federal Acquisition Regulation Supplement (DFARS), July 29, 2009. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors Commercial (JUN 2008), and 52.212-4, Contract Terms and Conditions Commercial Items (MAR 2009), incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and DFAR S 252.212-7000 Offeror Representations and Certifications-- Commercial Items (JUN 2005) are in the e-Commerce website at https://e- commerce.spawar.navy.mil. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 2009) applies to acquisition and includes 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78), 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 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 TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332), 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.), 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) (fill- in). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (APR 2009) (Deviation) also applies to this acquisition. 52.219-9 -- Small Business Subcontracting Plan (APR 2008) Alternate II (Oct 2001) applies to this acquisition. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (JUL 2009) and DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (AUG 2009) Deviation apply to this acquisition and includes 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207), 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). Basis for award: The government reserves the right to split awards (more than one purchase orders. Awards are for the sum of the total quantity of training) that is most advantageous to the government based on price or non-priced factors. The requirement is to provide commercial training to 340 IAWF personnel in either Microsoft (MS) XP or Vista operating systems at the vendor facility. In addition, IAWF training shall include a course in CompTIA Security+. Training needs to provide sufficient knowledge so that a prepared student shall pass either Microsoft examination 70-620 (Vista) or 70-271 (XP), as well as CompTIA Security+ exam SYO-201. The Performance-Based Work Statement is in e-Commerce. Line Item Breakdown: Item 0001, Description: Microsoft (70-620) (Vista), or 70-271 (XP) QTY 340 Unit Price = ________ Extended Price= _______ Item 0002, CompTIA Security + QTY 340 Unit Price = _______ Extended Price = ________ Grand Total =___________ FAR Clause 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (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: Award will be based on the best value to the government. Evaluation factors other than cost or price, when combined are significantly more important than cost or price. Evaluation factors are as follows: Total Page Limitation: 15 pages (not including resumes, which may be 2 pages each) Factor 1: Organizational Experience Specific organizational and instructor experience & certifications as follows: a. Demonstrate instructor(s) ability to meet the Microsoft Windows operating system and CompTIA Security+ training and certification requirements. b. Vendor training experience which demonstrates the ability to meet PWS training quantity and schedule requirements. c. Past results of certification testing for CompTIA or Windows technical training. d. Company details: size of company, number of instructors, years of service, total technical training volume, etc. e. Specific information on instructor experience & certifications for targeted IAWF courses. f. Information on any customer/commercial training endorsements or awards received for technical training. g. Demonstrate capability to manage the volume of training of this effort and associated required timeline to complete the training. Factor 2: Instructional Services: a. Training method(s) employed (e.g. boot camp, mentored learning, multi- week), test aids provided, and other post or pre-instruction services or support. b. How class schedules will be determined, the level of government involvement, any restrictions or limitations placed on scheduling during the period of performance, and the change process for cancelling or rescheduling any class or exam. c. Minimum requirements for students undertaking course work and for any additional preparation required prior to taking a certification exam that is not covered by vendor instruction. d. Details on any additional services and support provided to students during the period of instruction and in preparation to pass the exam (including pre and post-class support and individual mentoring) e. Information on vendor QA processes to ensure customer requirements are met. f. Details on any guarantees if any (ex. students repeating classes, redoing entire classes, vouchers for additional exams, etc.) g. The primary method of instruction will be instructor led training at a vendor site. However, alternate methods of instruction might provide the government flexibility in training a minor number of IAWF who are time or distance constrained. Details on alternative methods to deliver required knowledge and skills that might provide the government with increased flexibility in meeting the training schedule. Also, details on any additional services and support provided to students during the period of instruction and in preparation to pass the exam. h. If partnering with another vendor for any services or facilities, details of the arrangement to include: who is providing what service, when and where schedule limitations may arise, and how conflicts will be resolved. Factor 3: Facilities: Information on training facilities: location, parking, ADA compliance, number of classrooms, classroom environment, student workstations (one workstation per student), instructional equipment, additional services or aids. Site visits are planned. This RFQ closes on August 31, 2009 at 7:30 AM, Pacific Daylight Time (PDT). Electronic or Facsimile quotations are acceptable and must be received on or before the closing date and time of this RFQ. Electronic or Facsimile quotes may be sent to Fax # (619) 553-9068, attention Gina Goodman or by e-mail to Gina.Goodman@navy.mil. Quotes may be sent via the e-commerce website at https://e-commerce.spawar.navy.mil. The point of contact for this solicitation is Gina Goodman at (619) 553-5208 or Gina.Goodman@navy.mil. Please include RFQ N66001-09-Q- 5141 on all inquiries. All responding vendors must be registered to the Central Contractor Registration (CCR) program prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-09-Q-5141/listing.html)
 
Record
SN01941277-W 20090906/090905000248-6fd8b6a29fe0c7ea642c14b266f33fcb (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.