Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOLICITATION NOTICE

U -- EDUCATION AND TRAINING SERVICES

Notice Date
7/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0249
 
Response Due
7/27/2012
 
Archive Date
8/10/2012
 
Point of Contact
Cheryl Bledsoe 757-443-1335
 
E-Mail Address
cheryl.bledsoe@navy.mil
(cheryl.bledsoe@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ (Request for Quote) is N00189-12-T-0249. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-43 and DFARS Change Notice 20100820. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed on full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The Contracting Department, Fleet Logistics Center (FLC), Norfolk, VA, 23511-3392 intends to negotiate a sole source Firm-Fixed Price contract utilizing procedures under the authority of FAR Part 6.302-1; śOnly One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements ť. Texas A & M, Emergency Services Training Institute (ESTI), a large business, created a Cooperative Learning Center (CLC) concept which allows for the assessment and approval of the International Fire Service Accreditation Congress (IFSAC) and Pro-board Department of Defense accepted courses to be taught by outside instructors under their CLC umbrella. This training will be for a period of two (2) days for six (6) students at each of the following locations: Naples and Sigonella, Italy; Bahrain; and Rota, Spain tentatively scheduled during 01 August 2012 through 30 September 2012. This synopsis is not a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 611430 with a size standard is $7.0M. See Statement of Work for details. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations “ Representation (MAY 2011) 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), 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 (JULY 2010), the following clauses apply and are incorporated by reference: 52.222-50 Combat Trafficking in Person (FEB 2009); 52.233-3 Protest After Award (AUG 1996); 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (FEB 2012); 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012); 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.222-41 Service Contract Act of 1965 (NOV 2007); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (OCT 2003); 52.215-5 Facsimile Proposals (OCT 1997); 52.247-34 F.O.B Destination (NOV 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated by Reference (FEB 1998) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A (SEP 2007), 252.209-7998 Representation Regarding Confliction of a Felony Criminal Violation Under any Federal and State Law (MAR 2012) 252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony onviction under any Federal law (JAN 2012); 252.232-7010 Levies on Contract Payments (DEC 2006), 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.225-7000 Buy American Act and Balance of Payment Program (OCT 2011), 252.232-7003 Electronic Submission Of Payment Requests and Receiving Repor5ts (MAR 2008), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems (MAY 2010); 5252.NS-046P Prospective Contractor Responsibility. All quotes shall include the requested items, with their unit prices, extended prices, and total price, FOB Point, a point of contact, name and telephone number, GSA contract number if applicable, business size, prompt payment terms. Quote 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. Responses to this solicitation are due by Friday July 27, 2012 at 15:30 (3:30 PM) EST. Offers can be emailed (preferable method), to cheryl.bledsoe@navy.mil or faxed to 757-443-1424- Attention: Cheryl Bledsoe, Code 240C, reference RFQ N00189-12-T-0249 on your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0249/listing.html)
 
Record
SN02815336-W 20120727/120726000451-2bda3fe27b0bef7a1658416ef657eb76 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.