Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

U -- Incident safety Officer - cover sheet - Statement of Work

Notice Date
8/29/2018
 
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-0160
 
Archive Date
9/21/2018
 
Point of Contact
Minako Kinjo, Phone: 6117454487
 
E-Mail Address
minako.kinjo.ja@usmc.mil
(minako.kinjo.ja@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work cover sheet This is a combined synopsis / solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR 19.000(b) applies. 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-0160 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 2005-100 and Defense Federal Acquisition Supplement Publication Number (DPN) DPN 20180824. The FSC code is U099 and the NAICS code is 611430. The Government intends on issuing a single order to the offeror whose quote is most advantageous to the Government and meets all criteria in this solicitation and statement of work (SOW). In accordance with the attached SOW, the Government is soliciting a quote for the execution of Incident Safety Officer and Health Safety Officer Certification Courses. This service shall take place in Okinawa, Japan. All services, as annotated in the attached SOW, awarded as a result of this RFQ are expected to be completed no later than the date specified in the contract award and the SOW. All offerors shall submit a technical proposal, a price quotation, and past performance. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separate volumes. Offerors must include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. Quotations are limited to a maximum of 10 pages per Volume. Offerors shall submit one electronic file for the price proposal and two electronic files for the technical proposal and past performance. One version of the technical proposal and past performance shall be redacted. Volume I - Price Quotation This volume of the quotation shall consist of pricing for all contract requirements. CLIN0001 Incident Safety Officer and Health Safety Officer Certification Course. The contractor shall provide service in accordance with the attached Statement of Work (SOW). Price inclusive of all travel related expenses to and from Okinawa, Japan. Date required: 28 Sep 2018 Volume II - Technical Approach This volume shall contain the Overall Technical Approach; Proposed Methodology; Demonstrated Understanding of the Scope of Work. The offeror 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 offeror'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. THIS VOLUME SHALL ALSO CONTAIN PROOF OF EXPERIENCE AND/OR INSTRUCTOR CREDENTIALS. Technical Approach 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 offeror can comply with the requirements will not, by themselves, be adequate. Volume III - Past Performance This volume shall contain the past performance information of at least three previous contracts that are both relevant and recent. Relevancy is defined as any contract that was performed for the exact or similar service. Recent is defined as any contract performed within the last three (3) years. The following factors will be considered, in order of precedence, when evaluating all quotes received: Technical Approach, Instructor experience and/or credentials, and Price. Non-price factors combined are more important than price. Volume I - Price Quotation will be ranked based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Volume II - Technical Proposal will be evaluated based off all evaluation criteria. Technical Criteria Ratings - Rating definition Acceptable - Technical Proposal clearly demonstrates the ability to meet the requirements of the SOW and provides proof of experience and/or instructor credentials. Unacceptable - Technical Proposal fails to demonstrate the ability to meet the requirements of the SOW and/or fails to provide proof of experience and/or instructor credentials. Volume III - Past Performance will be rated using the ratings of acceptable, unacceptable, and neutral. Past Performance Criteria Ratings - Rating definition Acceptable - Offeror provides three (3) or more previous contracts that are both relevant and recent. Unacceptable - Offeror fails to provide at least three (3) previous contracts that are both relevant and recent. Neutral - In the event that a offeror does not have any Past Performance records, it shall be stated in Volume III and the offeror will receive a neutral rating. A neutral rating shall be treated as such and not negatively impact the overall evaluation of any responsive offeror. Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. All quotes shall be submitted in English. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment(Aug 2013) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. (Jan 2018) FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving(Aug 2011) FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000) FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000) FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003) FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (Apr 1984) DFARS 252.203-7000 Requirement 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 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (OCT 2016) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.222-7002 Compliance With Local Labor Laws(Overseas) (Jun 1997) DFARS 252.225-7041 Correspondence in English (Jun 1997) DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) Responsible offerors must be active in the System for Award Management in accordance with DFAR 252.204-7004 Alt A (Feb 2014). The following provisions apply to this RFQ: FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 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. Offerors are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to Minako.kinjo.ja@usmc.mil NLT 1800 EST on 04 Sep 2018. Offerors shall submit their response to this RFQ via email to Minako.kinjo.ja@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 06 Sep 2018. However, offerors are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT than t
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-18-Q-0160/listing.html)
 
Record
SN05061348-W 20180831/180829231114-267db4a6450ea6efcf16508ee2b0f8b7 (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.