Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

U -- Root Cause Analysis Training

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - MCIPAC-MCBB, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-18-Q-0025
 
Point of Contact
Isoko Tomimoto, Phone: 011816117458695, Jose Gil, Phone: 315-645-8697
 
E-Mail Address
isoko.tomimoto.ja@usmc.mil, jose.a.gil@usmc.mil
(isoko.tomimoto.ja@usmc.mil, jose.a.gil@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-18-Q-0025 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 and Defense Acquisition Circular 91-13. The FSC code is U099 and the NAICS code is 611430. The Government is soliciting a quote for Root Cause Analysis Training. The service shall take place in Okinawa, Japan. Please see the attached Statement of Work (SOW) for the requirement's details. The Government intends to issue a single Purchase Order to the responsible quoter that meets following factors: Technical Capability and Price. The quote shall contain a Narrative Technical Proposal to accomplish the requirement in the SOW, and Instructor's Credentials. All services, as annotated in the attached SOW, awarded as a result of this RFQ are expected to commence on the date specified in the SOW. All quoters shall submit a technical proposal and a price quotation. The quotation, submitted in response to this RFQ, shall be formatted as follows, in separate volumes. Quotations are limited to a maximum of 10 pages per volume. Quoters shall submit one (1) electronic file for the price proposal and two (2) electronic files for the technical proposal. One (1) version of the technical proposal shall be redacted. *Volume I - Price quotation This volume of the quotation shall consist of pricing for all contract requirements. Quoter shall use the following CLINs structure for price quotation: CLIN 0001: Root Cause Analysis Training CLIN 0002: Travel Related Expense Lodging, Meals & Incidental Expenses (M&IE), Travel Charges, shall be paid in accordance with, and will not exceed, Maximum Travel Per Diem Allowances for Foreign Areas as prescribed by the U.S. Department of State. Rates can be found at http://aoprals.state.gov/web920/per_diem.asp. Contractor shall submit all related receipts along with invoice prior to payment. *Airfare: ($--- x # of People) = $---. -Authorized but not to exceed (receipts are required for payment). *Lodging: ($--- x # of days) = $---. -Authorized but not to exceed (receipts are required for payment). (Lodging cost based on the usage of on-base facilities, if available). *Meals & Incidental Expenses: ($-- x # of days) = $---. *Rental Car: $---. -Authorized but not to exceed (receipts are required for payment). *Volume II - Technical Proposal This volume shall contain the overall Technical Approach; Proposed Methodology; Demonstrated Understanding of the Scope of Work. The quoter shall provide responses which address each of the requirements as listed in the SOW. Detailed responses to each of these requirements shall provide an explanation indicating quoter's ability and proposed methodology to be utilized to meet each requirement. Responses shall not be a restatement of the requirement but shall be comprehensive, well-conceived, and include detailed approaches to accomplishing the tasks presented in the SOW. Technical proposal shall be practical, legible, clear, and coherent. In order that evaluation may be accomplished strictly on the merit of the material submitted, no prices shall be included in technical proposals. General statements that the quoter can comply with the requirements will not, by themselves, be adequate. *Please address any questions regarding this requirement via email to isoko.tomimoto.ja@usmc.mil by 15 MAR 2018 at 5:00 P.M. (PST). Any questions received after the date and time specified will not be answered unless the Contracting Officer determines it is in the best interest of the Government to answer the question(s). *Quote due date is 22 MAR 2018, 5:00 P.M. (PST). All quotes shall be submitted in English. ********************************************************* The following clauses and provisions apply to this acquisition: FAR 52.204-2 Security Requirement (Aug 1996), FAR 52.204-7 System Award for Management (Jul 2013), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015), FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000): If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the Government Fiscal Year Budgetary Exchange Rate of ¥111.3365 to a dollar in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. FAR 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management (Jul 2013), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.237-1 Site Visit (Apr 1984), FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), FAR 52.243-1 Alternate I Changes- Fixed Price (Aug 1987), FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014), DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016), DFARS 252.222-7002 Compliance with Local Labor Laws (Jun 1997), DFAR 252.225-7041 Correspondence in English (Jun 1997), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991), Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (May 2013). Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. The quoter shall provide its current up to date Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All quotes shall be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above. (End of Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-18-Q-0025/listing.html)
 
Record
SN04851899-W 20180314/180312231912-a1716c7cdc81058abd24ff99eff5e533 (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.