Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

U -- Develop and deliver a Professional Development Training Course (PDTC) for Navy chaplains and Religious Program Specialists (RPs) related to: The Role of Chaplaincy in the Face of Violence

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883616T0399
 
Response Due
8/23/2016
 
Archive Date
10/23/2016
 
Point of Contact
Angel Mateo 904-542-1264
 
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 under the test program for commercial items found at FAR 13.5, 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 (https://www.neco.navy.mil/). The RFQ number is N68836-16-T-0399. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160607. 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 611430 and the Small Business Standard is $11.0M. This Request for Quotation (RFQ) and subsequent contract is 100% set-aside for small business concerns. The Small Business Office concurs with the set-aside determination. Quotes from other than these vendors will not be considered. The NAVAL SUPPLY SYSTEMS COMMAND, FLEET LOGISTICS CENTER JACKSONVILLE requests responses from qualified sources capable of providing: Item No.Supplies/Services Quantity Unit of Issue Unit Price Amount 0001 Training 12 Months $$ The Contractor shall develop and deliver three (3) days of training (8 hrs. per day) on The Role of Chaplaincy in the Face of Violence. This project will require development of curriculum and relevant training support materials, curriculum validation and curriculum implementation. See attached Performance Work Statement (PWS) for additional information. Period of performance: 01 September 2016 through 31 August 2017 Place of Performance: See page 6 of the PWS Responsibility and Inspection: Unless otherwise specified in the order, the Contractor is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.202-1Definitions NOV 2013 52.203-3Gratuities APR 1984 52.203-11Certification And Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007 52.203-12Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-17Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7System for Award Management JUL 2013 52.204-9Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13System for Award Management Maintenance JUL 2013 52.204-19Incorporation by Reference of Representation and Certifications DEC 2014 52.208-9Contractor Use of Mandatory Sources of Supply or Services MAY 2014 52.209-2Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015 52.209-5Certification Regarding Responsibility Matters OCT 2015 52.209-6Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-9Updates of Publicly Available Information Regarding Responsibility Matters JUL 2013 52.209-10Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-1Instructions to Offerors--Commercial Items OCT 2015 52.212-3Offeror Representations and Certifications Commercial Items (See instructions under the Addendum to FAR 52.212-1 and Attachment II to this solicitation) OCT 2015 52.212-4Contract Terms and Conditions--Commercial Items MAY 2015 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items MAR 2016 52.203-6Restrictions on Subcontractor Sales to the Government SEP 2006 52.203-13Contractor Code of Business Ethics and Conduct APR 2010 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 52.209-6Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-9Updates of Publicly Available Information Regarding Responsibility Matters JUL 2013 52.219-6Notice of Total Small Business Set-Aside NOV 2011 52.219-8Utilization of Small Business Concerns OCT 2014 52.219-14Limitations on Subcontracting NOV 2011 52.219-28Post Award Small Business Program Representations JUL 2013 52.222-3Convict Labor JUN 2003 52.222-21Prohibition of Segregated Facilities APR 2015 52.222-26Equal Opportunity APR 2015 52.222-35Equal Opportunity for Veterans OCT 2015 52.222-36Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37Employment Reports on Veterans FEB 2016 52.222-40Notification of Employee Rights Under the National Labor Relations ActDEC 2010 52.222-50Combating Trafficking in Persons MAR 2015 52.222-54Employment Eligibility Verification OCT 2015 52.222-55Minimum Wages Under Executive Order 13658DEC 2015 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving AUG 2011 52.232-33Payment by Electronic Funds Transfer System for Award Management JUL 2013 *END OF CLAUSES APPLICABLE UNDER FAR 52.212-5* 52.219-1 ALT 1Small Business Program Representation OCT 2014 52.219-4Notice of Price Evaluation Preference for Hubzone Small Business Concerns OCT 2014 52.222-17Nondisplacement of Qualified Workers MAY 2014 52.222-22Previous Contracts and Compliance Reports FEB 1999 52.222-25Affirmative Action Compliance APR 1984 52.223-3Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6Drug-Free Workplace MAY 2001 52.223-19Compliance with Environmental Management Systems MAY 2011 52.225-13Restrictions on Certain Foreign Purchases JUN 2008 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification OCT 2015 52.228-5Insurance Work On A Government Installation JAN 1997 52.229-3Federal, State, And Local TaxesFEB 2013 52.232-1Payments APR 1984 52.232-18Availability of Funds APR 1984 52.232-39Unenforceability of Unauthorized Obligations JUN 2013 52.232-40Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-1Site Visit APR 1984 52.237-2Protection of Government Buildings, Equipment, and Vegetation APR 1984 52.242-13Bankruptcy JUL 1995 52.242-15Stop-Work Order AUG 1989 *END OF CLAUSES APPLICABLE UNDER FAR 252.201-7000Contracting Officer s Representative DEC 1991 252.203-7000Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7996 (Dev)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003) OCT 2015 252.203-7997 (Dev)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 252.204-7003Control Of Government Personnel Work Product APR 1992 252.204-7004 ALT ASystem for Award Management Alternate A FEB 2014 252.204-7007 ALT AAlternate A, Annual Representations and Certifications JAN 2015 252.204-7008 (Dev)Compliance with Safeguarding Covered Defense Information Controls OCT 2015 252.204-7011Alternative Line Item Structure SEP 2011 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting. SEP 2015 252.204-7015Disclosure of Information to Litigation Support Contractors FEB 2014 252.209-7002Disclosure of Ownership or Control By A Foreign Government JUN 2010 252.209-7004Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. OCT 2015 252.222-7007Representation Regarding Combating Trafficking in Persons JAN 2015 252.225-7048Export-Controlled Items JUN 2013 252.225-7050Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.232-7003Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006Wide Area Workflow Payment InstructionsMAY 2013 252.232-7010Levies on Contract Payments DEC 2006 252.239-7001Information Assurance Contractor Training and Certification JAN 2008 252.243-7002Requests for Equitable Adjustment DEC 2012 252.246-7003Notification of Potential Safety Issues JUN 2013 252.225-7043Antiterrorism/Force Protection for Defense Contractors Outside the United States JUN 2015 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation. (End of Provision) 52.233-2SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: NAVSUP FLC Jacksonville Attn: Contracting Officer 110 Yorktown Ave, 3rd Floor Floor Jacksonville, FL 32212-1095 Phone: (904) 542-1089 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions: http://acquisition.gov/far/ DFARS Provisions: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) CLAUSES INCORPORATED BY FULL TEXT ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2015) Offerors need only submit a signed quote by the solicitation closing that 1) shows the Offeror is not taking exception to any solicitation term; 2) includes the Representations and Certifications contained in the provisions; and 3) includes unit prices and total prices for all line items and sub line items for which the Navy is soliciting a price. Offerors shall complete the following attachments and submit with quote: 1.Attachment II- FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 2.Attachment III- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Feb 2016) OFFERORS SHOULD NOT SUBMIT ANY ADDITIONAL INFORMATION WITH THEIR QUOTE. After the solicitation closing date, the Contracting Officer may require an Offeror to promptly submit information to demonstrate the Offeror is responsible. (See 52.212-2). Quotes shall be e-mailed to angel.mateo@navy.mil no later than the date and time specified in the solicitation. All quotes sent in response to this solicitation shall reflect the following information in the Subject line of the e-mail: a)Solicitation Number: N68836-16-T-0399 - The Role of Chaplaincy in the Face of Violence All questions shall be emailed no later than 11:00 A.M. EST August 18, 2016. It is the Government s intention that questions and responses will be distributed electronically to all Offerors via amendment/s to the RFQ. Questions need to include the document name, document date, specific page, paragraph, clause or other definitive citation requiring clarification. Inquiries and questions on this RFQ shall be in writing and emailed to the Contract Specialist at: angel.mateo@navy.mil. Questions received after 11:00 A.M. EST August 18, 2016 will NOT be answered. NO PHONE CALLS WILL BE ACCEPTED. Pricing shall be firm-fixed price and include all labor, material, and consumables required to perform the work listed in the Performance Work Statement and shall be structured in accordance with the line items structure identified in the combined synopsis solicitation. Offerors are hereby notified that the Government may post additional information to the web site relating to this solicitation (e.g. responses to questions, amendments, etc.). It is the Offeror s responsibility to check the web site for any such information. *End of Addendum* 52.212-2EVALUATION--COMMERCIAL ITEMS (OCT 2014) Award Consideration The Government will make a single award using the Lowest Price Technically Acceptable (LPTA) source selection. The Government intends to award on initial offers but reserves the right to conduct discussions. To be determined technically acceptable, an Offeror must submit a quote that does not take exception to any terms of the solicitation. The Contracting Officer will use the following rating table: Rating Description Acceptable Quote does not take exception to any term of solicitation and therefore clearly meets the requirements of the solicitation. Unacceptable Quote takes exception to a solicitation term(s)and therefore does not clearly meet the requirements of the solicitation. Price will be evaluated by totaling the prices for all line items and subline items, including options, for which the Government has requested the Offeror provide a price. The pricing used for the option under FAR 52.217-8 will be based on one-half of the previous option year s pricing. An award will only be made to an Offeror that satisfies the general responsibility standards of FAR 9.104-1. The Contracting Officer may either make a responsibility determination without requesting any information from an Offeror or require the Offeror provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The particular information requested from an Offeror will be specific to that Offeror. For example, an Offeror that the Contracting Officer is less familiar with may be required to provide information not required from another Offeror. The Contracting Officer may consider an Offeror s inability to promptly respond to a request for information as an indication the Offeror is nonresponsible since FAR 9.103(c) obligates prospective Contractors to affirmatively demonstrate their responsibility. When the Contracting Officer requests responsibility information, the Contracting Officer s request, the Offeror s response, and all related communications between the Government and Offeror are solely for the purpose of determining whether the Offeror is responsible. These communications will not constitute discussions within the meaning of FAR 15.306 since the Offeror will not be given an opportunity to revise its quote. While the Contracting Officer may require the Offeror to provide any information related to the standards at FAR 9.104-1, the following are examples of information that may be required: 1. A demonstration, through information such as bank references and financial information (e.g., most current annual balance sheet), that the Offeror has adequate financial resources to perform the contract. 2. A demonstration the Offeror s price is not so low as to call into question the Offeror s capability to successfully perform the contract. 3. Past Performance information on recent contracts for items similar to this requirement, including a point of contact for the Government activity or commercial entity customer. 4. A demonstration the Offeror can comply with the required performance schedule, including a transition plan. 5. A demonstration the Offeror has, or can obtain, the organizational, management and technical skills to successfully perform. This demonstration may involve the particular personnel and approaches available to the Offeror. 6. The Offeror s quality assurance procedures. 7. The equipment and facilities the Contractor will use. 8. Contractors shall have a satisfactory record of integrity and business ethics in accordance with FAR 9.104-1(d). 9. Completion of the Representations and Certifications under 52.212-3 Alt I contained in this solicitation. 10. A demonstration the Offeror isn t an inverted domestic corporation. 11. A demonstration the Offeror has all registrations, permits and licenses required to perform the contract in the location for which the Offeror is proposing. 12. In the event the Offeror is a joint venture, a Memorandum of Association which indicates who has the authority to bind the company Nothing in this provision limits the Contracting Officer s discretion to rely on information available from other sources (e.g., past performance data bases, discussions with other entities familiar with the Offeror) or to use any other technique described FAR 9.1 when determining whether the Offeror satisfies the FAR 9.104-1 general responsibility standards. In accordance with FAR 9.104-3(d), upon making a determination of non-responsibility with regard to a small business concern, the Contracting Officer shall refer the matter to the Small Business Administration, which will decide whether to issue a Certificate of Competency. (End of Provision) 5252.243-9400AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) (a)Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractors facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Contracting Officer ADDRESS: 110 Yorktown Avenue, Jacksonville, FL 32212 TELEPHONE: 904-542-1166 (End of Clause) FREEDOM OF INFORMATION ACT (FOIA) Unit Prices 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 public record under Freedom of Information Act. NAVSUP FLCJ FOIA REPRESENTATIVE: NAVSUP Fleet Logistics Center Jacksonville 110 Yorktown Ave; 3rd Floor Naval Air Station Jacksonville, FL 32212 Telephone: 904-542-3824 Email: steven.w.palmer@navy.mil Attachment(s): Attachment I- Performance Work Statement Attachment II- FAR 52.212-3, Offeror Representations and Certifications-Commercial Items Attachment III- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Feb 2016) Attachment IV - Quality Assurance Survey Plan (QASP) System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 11:00 AM (Eastern) on Tuesday August 23, 2016. Contact: Angel Mateo who can be reached at (904) 542-1264 or angel.mateo@navy.mil All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ed4c683a2d890aa47edc068fd71db657)
 
Record
SN04221632-W 20160814/160812234650-ed4c683a2d890aa47edc068fd71db657 (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.