Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
MODIFICATION

U -- To provide SAPR Training Courses for US Fleet Forces

Notice Date
6/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915T0223
 
Point of Contact
Misty Alvarez 757-443-1968
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 solicitation number is N00189-15-T-0223 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150526. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 611430 and the Small Business Standard is $11 million. The Government intends to solicit and negotiate on a SMALL BUSINESS SET-ASIDE (TOTAL) basis contract to provide Fleet Personnel Programs support services for U.S. Fleet Forces Command (USFF) through the teaching of a Comedy is the Cure or equivalent type course. Support services shall include Sexual Assault Prevention and Response (SAPR) training, Suicide Prevention Training, drug and alcohol abuse prevention, and domestic violence prevention in accordance with the attached Performance Work Statement (PWS). The NAVSUP Fleet Logistics Center “ Norfolk requests responses from qualified sources capable of providing the aforementioned training course or an equivalent type course for USFF. These courses are to be taught over a period of 15 June 2015 “ 30 September 2015 at various locations. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference and full text: 52.204-2Security Requirements (August 1996) 52.204-7 System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1 Instructions to Offerors--Commercial Items 52.212-3, 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer - SAM 52.222-41Service Contract Labor Standards 52.222-42Statement of Equivalent Rates 52.222-99Establishing a Minimum Wage for Contractors (Deviation) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation 252.203-7999Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management Alternate A 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.225-7000 Buy American--Balance of Payments program certificate--Basic 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea 5252.NS-046PProspective Contractor Responsibility ADDENDUM TO FAR 52.212-1 In addition to FAR 52.212-1, śInstructions to Offerors “ Commercial Items, ť and shall be received by NAVSUP Fleet Logistics Center Norfolk NLT the closing date of the solicitation. This requirement will be awarded using procedures under Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. 1)Interested vendors may send the quotation to the Navy by replying via one of the following: a)by e-mail to misty.alvarez@navy.mil; 2)Proposal content and instructions when submitting a quote shall consist of: a)Technical Capability b)Price Submission c)Acknowledgement of any amendments 3)Technical Capability: Each vendor shall provide company information, including previous live training experience, to include military venues and references. Provide a training syllabus and applicable training brochures. Vendor shall provide a description of mechanism used to capture audience feedback. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether or not the products proposed and described will satisfy the requirements of the Government as stated in this request for quote. 4)Price Submission: Vendors shall submit one original signed copy of the completed Standard Form (SF) 1449, and if applicable, executed copies of all Amendments, and executed Representations and Certifications. Signed copies may be submitted either as hard copies or via electronic submittal. The address for electronic submittal via email is misty.alvarez@navy.mil Quotes submitted shall be in accordance with the Schedule contained in the solicitation. Quotes shall be held firm for sixty (60) days QUESTIONS Offerors may submit questions regarding clarification of solicitation requirements to Ms. Alvarez by e-mail at misty.alvarez@navy.mil by Friday, June 5, 2015 at 2:00 p.m. EST. Any questions received after this date may not be answered. CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation 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: Technical and Price. Quotations will be evaluated as follows: I) Technical II) Price The Technical evaluation factor is more important than the Price Proposal evaluation factor. I.TECHNICAL The Government will evaluate each vendor ™s Written Technical submission acceptable (pass) or unacceptable (fail). 1. Technical Acceptability - Technical acceptability will be determined based on an evaluation of the vendor ™s technical submission. Written Technical Submittal: Pass (P): Technical submission demonstrates that the information quoted meets the Government ™s requirements as set forth in this Request for Quote. Fail (F): Failing to provide any of the technical information and/or providing unclear or inadequate information proposed that does not meet the Government ™s requirements. Note: If the Contracting Officer determines that a vendor ™s Written Technical Submission is śunacceptable, ť that vendor ™s entire submittal may be determined to be technically unacceptable and may no longer be considered for further competition or award. II.PRICE The vendor ™s proposed price will be evaluated on the basis of price reasonableness. The evaluation may include, but is not limited to: a. Price comparison with other offerors; b. Comparison with independent Government cost estimates. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. Establishment of a competitive range is not anticipated; however, the Government reserves the right to establish a competitive range if determined by the Procuring Contracting Officer to be in the best interest of the Government. SELECTION The Government intends to evaluate offers and award a contract using the procedures of FAR Subpart 13.106. The Government shall select the vendor whose quote represents the best value to the Government, considering price and technical when compared to other quotations. The Government also reserves the right to not award a contract if a contract award is not in the best interest of the Government. (b) 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 offers 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. (End of provision) This announcement will close at 11:00 a.m. EST (noon) on Monday, June 8, 2015. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. Attachments: Attachment I “Performance Work Statement (PWS) ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0223/listing.html)
 
Record
SN03755175-W 20150607/150605234858-33dd173c03a0cefbceb1deb4bc6d31ff (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.