Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

U -- NFPA 1041 AND 1021 FIRE TRAINING AND CERTIFICATION

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6299517RC049YK
 
Response Due
5/4/2017
 
Archive Date
10/31/2017
 
Point of Contact
Name: Vanessa Schwaner, Title: Accountant, Phone: 7574432348, Fax:
 
E-Mail Address
vanessa.schwaner@navy.mil;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N6299517RC049YK and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 611519 with a small business size standard of $15.00M. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-04 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The FLC - Norfolk requires the following items, Meet or Exceed, to the following: LI 001: Training and certification in accordance with National Fire Protection Association (NFPA) 1041, "Standard for Fire Service Instructor Professional Qualifications" and NFPA 1021, "Standard for Fire Officer Professional Qualifications" to teach and certify up to 20 personnel, per course, to the Fire Instructor I and Fire Officer I certification levels., 1, EA; LI 002: Travel and per diem associated with the performance of CLIN 0001. Travel shall be in accordance with the Statement of Work., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 611519 and the Small Business Standard is $15,000,000. FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) System for Award Management Reporting Subcontract Awards. SAM Maintenance Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) Contract Terms and Conditions -- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) Restrictions on Certain Foreign Purchases. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Requirement to Inform Employees of Whistleblower Rights (Sep 2013) Control of Government Personnel Work Product (April 1992) System for Award Management (Feb 2014) Alternative Line Item Structure (Sep 2011) Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) Notice of Authorized Disclosure of Information for Litigation Support (May 2016) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015) Electronic Submission of Payment Requests and Receiving Reports. Subcontracts for Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6299517RC049YK/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04480348-W 20170422/170421000218-b0b4e091e6c22099a6cd52564537a92b (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.