Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
DOCUMENT

U -- Leadership Development Training for the Naval Acquisition Career Center (NACC). - Attachment

Notice Date
10/20/2014
 
Notice Type
Attachment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
Solicitation Number
N0018915T3517
 
Response Due
10/30/2014
 
Archive Date
11/30/2014
 
Point of Contact
Nicholas Milillo 215-697-0321
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Request for Quote number N0018915T3517 is being issued as a Woman Owned Small Business set aside under the NAICS Code 611430. The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Naval Acquisition Career Center (NACC) located in Mechanicsburg PA 17055 to acquire leadership training for the acquisition workforce at various locations across the United States. The contract will require leadership training at various locations within the United States as described in the Performance Work Statement (PWS). The period of performance is anticipated to be from 25 November 2014 “ 24 November 2015, and provides four (4) one-year options. Request for Quote N00189-15-T-3517 contemplates a Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart12.6 using Simplified Acquisition Procedures under FAR Part 13; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued- PAPER COPIES OF THE SOLICITATION WILL NOT BE AVAILABLE. The Government will not pay for information received. The NAICS code is 611430 with a size standard of $11M. The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. It is the respondent ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil. The Performance Work Statement is enclosed at Attachment I. The CLINs are provided in Attachment II. A single award will be made. NAVSUP Fleet Logistics Center Norfolk “ Philadelphia Office POC: Mr. Nicholas Milillo, nicholas.milillo@navy.mil “ Contract Specialist I. NOTES: A. The work under this requirement is currently provided under N00104-12-D-Q022. The current contractor is Alex Alternatives Experts LLC. B. Provide questions to nicholas.milillo@navy.mil. Any questions received after 23 October may not be answered. Answers to all questions received by the deadline will be posted as an amendment to this combined synopsis/solicitation. C. The deadline for submission of quotes is 1100 Eastern, 30 October 2014. Quotes must be e-mailed to nicholas.milillo@navy.mil. Quotes submitted through the NECO portal will not be considered. Quoters who fail to complete and submit the requirements above may be considered non-responsive. D. All communications shall be directed to the NAVSUP FLC Norfolk Contracting Philadelphia Office point of contact listed above. Interested parties shall NOT contact the customer (NACC) with questions / concerns. II. Requested Information: Interested parties shall provide information to the Government as follows: Non-Price Submission - Cover Page (does not count towards page limit) - Performance Approach (not to exceed 10 pages) o The Performance Approach shall describe the respondent ™s method to executing the requirements of the Performance Work Statement. The quote shall also describe the explicit minimum qualifications to be provided, to include education plus years and specific type(s) of experience that support the requirements listed in the PWS. A resume may be utilized to demonstrate the proposed qualifications. - Past Performance Submission (not to exceed 2 pages) o The respondent ™s Past Performance submission shall demonstrate relevant Past Performance or shall affirmatively state that it possesses no relevant Past Performance. Relevant Past Performance is performance under task orders and/or contracts or efforts within the past 5 years, which are of the same or similar scope and magnitude to that which is described in the solicitation. The quote shall provide a detailed explanation demonstrating the relevance of similar past performance to the requirements of the solicitation. o Past performance submissions shall be limited to 2 references and include:  Contract and Task Order (if applicable) Number and Period of Performance  Government Point of Contact and Phone Number  Contract and/or Task Order Value (expressed in annual dollar amounts)  Description of services provided under the reference to include how those services relate to the requirements of this solicitation.  Quality, delivery, or cost problems, corrective actions taken, and effectiveness of the corrective actions.  Identification of any subcontractor(s) used, to include a description of the extent of work performed by the subcontractor(s) along with the annual dollar value of the subcontract. o The Past Performance submission shall be submitted on attached Past Performance Information Form (Attachment III). Price Submission - The pricing submission shall include a complete and detailed price breakdown with all supporting documentation. The price submission shall include all elements of cost and other information as appropriate to support the respondent ™s price. The price breakdown WILL NOT be used to perform a price realism. - The submission shall include: o Separate pricing information for each performance period (See Attachment II). o Pricing for the course shall include those costs associated with all aspects of the facility hosting, and labor and materials for course development and delivery. o Supporting information including labor rates and hours, burden rates, material lists and costs, travel charges, and śother direct costs ť used in developing the price. The supporting information for śother direct costs ť (if applicable) shall include an itemization of those costs and a justification and explanation for each cost so itemized. o Any and all subcontract identified in the technical submission shall be identified and priced in the price submission. Subcontracts (regardless of dollar value) shall be adequately documented. Subcontractor price information may be submitted separately. o If the RFQ indicates the Service Contract Labor Standards is applicable, the price submission shall demonstrate the respondent is compliant with the Act. For RFQs that are subject to the SCLS, the price submission shall comply with DoL Wage Determination(s) provided by the solicitation. No escalation shall be included for option periods for labor categories covered by the Wage Determination(s). III. Evaluation Criteria - The Government ™s evaluation of quotes will consider the respondent ™s Non-Price submission more important than the Price Submission. Within the Non-Price submission, Performance Approach and Past Performance are of equal importance. - The combined technical/risk rating will include consideration of risk in conjunction with the strengths, weaknesses, and deficiencies in determining technical ratings. - The past performance evaluation results in an assessment of the respondents probability of meeting the solicitation requirements. The past performance evaluation considers each respondents demonstrated recent and relevant record of performance in supplying products and services that meet the contracts requirements. One performance confidence assessment rating is assigned for each respondent after evaluating the respondents recent past performance, focusing on performance that is relevant to the task order requirements. There are two aspects to the past performance evaluation. The first is to evaluate the respondents past performance to determine how relevant a recent effort accomplished by the respondent is to the effort to be acquired. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The Past Performance Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to performance confidence assessment. - Price evaluation will document fairness and reasonableness. Price submissions that do not support the non-price submission may be downgraded. The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-3 Taxpayer Identification OCT 1998 52.204-6 Data Universal Numbering System Number DEC 2012 52.204-7 System for Award Management JUL 2013 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Offeror Representations and Certification--Commercial Items DEC 2012 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) JAN 2014 52.216-18 Ordering 52.216-19 Order Limitations 52.216-22 Indefinite Quantity 52.216-24 Limitation Of Government Liability APR 1984 52.217-9 Option to Extend the Term of the Contract 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Labor Standards 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-1 Buy American Act--Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DEC 2012 52.232-1 Payments APR 1984 52.232-18 -- Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.244-6 Subcontracts for Commercial Items DEC 2010 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations in Clauses APR 1984 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.209-7993(DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2014 Appropriations (Deviation) FEB 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 To be awarded this contract, the respondent must be registered in the SAM.(https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns and Bradstreet, CAGE Code and Federal Tax ID numbers MUST be listed on quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915T3517/listing.html)
 
Document(s)
Attachment
 
File Name: N0018915T3517_N0018915T3517_Attachment_I_-_Performance_Work_Statement.pdf (https://www.neco.navy.mil/synopsis_file/N0018915T3517_N0018915T3517_Attachment_I_-_Performance_Work_Statement.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0018915T3517_N0018915T3517_Attachment_I_-_Performance_Work_Statement.pdf

 
File Name: N0018915T3517_N0018915T3517_-_Attachment_II.xlsx (https://www.neco.navy.mil/synopsis_file/N0018915T3517_N0018915T3517_-_Attachment_II.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N0018915T3517_N0018915T3517_-_Attachment_II.xlsx

 
File Name: N0018915T3517_N0018915T3517_-_Attachment_III_-_PastPerformanceform.docx (https://www.neco.navy.mil/synopsis_file/N0018915T3517_N0018915T3517_-_Attachment_III_-_PastPerformanceform.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018915T3517_N0018915T3517_-_Attachment_III_-_PastPerformanceform.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03554216-W 20141022/141020234406-c95eab59aeabd5fd1c927f1da68fb34c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.