Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
SOLICITATION NOTICE

U -- Leadership Training - PWS

Notice Date
12/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18RC08281
 
Archive Date
1/2/2018
 
Point of Contact
Jessica E Dunker, Phone: 3604761328
 
E-Mail Address
jessica.dunker@navy.mil
(jessica.dunker@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ELIN Structure Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # N4523A18RC08281 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The North American Industry Classification System (NAICS) code for this work is 611430, Professional and Management Development Training, and size standard of $11 million. The Product Service Code Class is U008. All vendors submitting a quote shall be registered in the System for Award Management, SAM.gov. Puget Sound Naval Shipyard and IMF, Naval Base Kitsap, Bremerton, Washington has a requirement for Leadership Training Classes which consists of two parts; (1) Individual Leadership and (2) Team Leadership for Puget Sound Naval Shipyard and their employee development program. The number of classes per year is 12. The classes will be held at one of three facilities: PSNS&IMF, Command University, Bldg. 466, Bremerton WA Bangor Site, Bldg. 7000 or similar facility, Bangor WA Naval Station Everett, Bldg. 2000 or similar facility, Everett WA Class hours will be in accordance with the requesting location's operating hours, and after hour classes will also be made available. Period of Performance = 3 January 2018 - 2 January 2019 PLEASE SEE ATTACHED STATEMENT OF WORK. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: 52.204-7 System for Award Management (Oct 2016) 52.204-13 System for Award Management Maintenance OCT 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.232-18 Availability of Funds APR 1984 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, & Improvements APR 1984 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7007 Limitation of Government's Obligation APR 2014 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 Additionally, each offeror must provide the following information with the proposal: 1. The Request for Quotes (RFQ) number; N4523A18RC08281 2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Proposals that reject the terms and conditions of the RFQ may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments (SF-30), if any, and; 5. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 6. Address technical capability in meeting the requirement per the Statement of Work. All questions must be submitted in writing to Jessica.dunker@navy.mil by 02:00 P.M. Pacific on December 14, 2017. Telephone inquiries will not be honored. The anticipated award date is on or about December 20, 2017. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Offerors 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/. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil Primary Point of Contact.: Jessica Dunker jessica.dunker@navy.mil Phone: 3604761328 Contracting Office Address: 1400 Farragut Ave Puget Sound Naval Shipyard Bremerton, Washington 98207-5005 United States Place of Contract Performance: BREMERTON, Washington 98314 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18RC08281/listing.html)
 
Place of Performance
Address: 1400 Farragut Avenue, PSNS & IMF, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04754081-W 20171203/171201230827-b261b8d89d138ece13181a0e36f6c159 (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.