Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

U -- Incident Safety Officer and Health and Safety Officer Classes

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024414Q0444
 
Response Due
8/1/2014
 
Archive Date
8/16/2014
 
Point of Contact
Joel Judy 619-556-6619
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-14-Q-0444. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110725. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 611699 and the Small Business Standard is $11,000,000. This action is a 100% small business set-aside. The NAVSUP Fleet Logistics Center San Diego, Regional Contracts Department, San Diego requests responses from qualified sources capable of providing Incident Safety Officer and Health and Safety Officer classes to the fire department personnel at Naval Base San Diego Fire and Emergency Services (NBSD F and ES): CLIN 0001 One (1) Incident Safety Officer class for 25 students at NBSD F and ES to include instruction and certification testing in accordance with NFPA 1521 Period of performance to begin on mutually agreed upon dates between 1 September 2014 and 31 January 2015 See attached statement of work CLIN 0002 One (1) Health and Safety Officer class for 25 students at NBSD F and ES to include instruction and certification testing in accordance with NFPA 1521 Period of performance to begin on mutually agreed upon dates between 1 September 2014 and 31 January 2015 See attached statement of work Location: Naval Base San Diego, Federal Fire Department Metro, 4635 Pacific Highway, Bldg. 4, Room 4, San Diego, CA 92110. Certifications: The contractor shall submit current ProBoard or IFSAC accreditations with its offer and shall ensure that these certifications are current when it conducts each of the Incident Safety Officer and Health and Safety Officer classes. The Government intends to make a single award, firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the following clauses applicable to paragraph (b) and (c): 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving. 52.232-33, Payment by Electronic Funds Transfer; 52.204-7 Central Contractor Registration; 52.217-5 -- Evaluation of Options; 52.217-8 -- Option to Extend Services; 52.217-9 -- Option to Extend the Term of the Contract; 52.237-1 -- Site Visit; 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation; 52.245-1 ALT I-- Government Property; 52.245-9 -- Use and Charges. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Additional DFARS contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023 Alt III, Transportation of Supplies by Sea. N00244L332, UNIT PRICES (OCT 2001) (FISC SAN DIEGO) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. FAR 52.212-2, Evaluation: The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror (see FAR 15.304). Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. The following factors shall be used to evaluate offers: (i)Ability to meet the requirements (ii)Ability to perform per the statement of work (see attached Statement of Work) (iii)Price The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the two non-price factors. (The Government will not, however, provide additional credit for those proposals that may exceed the standards.) Offerors proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the organist as either acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate the vendor ™s ability to perform per the statement of work as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. Ability to meet the requirements and ability to perform per the statement of work, when combined, are equal to price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) ABILITY TO MEET THE REQUIREMENTS, Factor (i), will be assessed by evaluating the vendor ™s responses to the requirements. Please submit no more than a 5 page Word document, double spaced. (c) The Government ™s statement of work is attached. Ability to meet the statement of work shall be demonstrated by the offeror ™s submission of a Word document that addresses how they will accomplish all applicable objectives, tasks and guidelines. A written notice of award or acceptance of an offer mailed or electronically 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. This announcement will close at 12 PM PST on 1 August 2014. Submit offers via email to Joel Judy who can be reached at 619-556-6619 or email joel.judy@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Questions regarding this solicitation must be submitted in writing via email to the above Government point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414Q0444/listing.html)
 
Place of Performance
Address: Naval Base San Diego, Federal Fire Department Metro, 4635 Pacific Highway, Bldg. 4, Room 4, San Diego, CA
Zip Code: 92110
 
Record
SN03437315-W 20140726/140724235910-3ddbe1e54ed6934edf0d8e939ac1d978 (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.