Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

R -- Notice of Governments Intent to issue a requirement for Instructional Training Coordinator Services

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883615T0411
 
Response Due
9/23/2015
 
Archive Date
10/23/2015
 
Point of Contact
Vera Y. Smith 904-542-1062 Vera Y. Smith
 
Small Business Set-Aside
HUBZone
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures For Certain Commercial Items found at FAR 13.5 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N68836-15-T-0411. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change Notice 20150826. 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 561320 and the Small Business Standard is $27.5 Mil. The proposed contract action is set-aside for HUBZone small businesses. Offers from other than HUBZone small business concerns will not be considered. The Small Business Office concurs with the set-aside decision. The Fleet Logistic Center, Jacksonville, requests responses from qualified sources capable of providing: CLIN 0001 Instructional Training Coordinator (12 Months) CLIN 1001 Instructional Training Coordinator (12 months) CLIN 2001 Instructional Training Coordinator (12 months) CLIN 3001 Instructional Training Coordinator (12 months) CLIN 4001 Instructional Training Coordinator (12 months) Period of Performance is: CLIN 0001 - 29 September 2015 “ 28 September 2016 CLIN 1001 - 29 September 2016 “ 28 September 2017 CLIN 2001 - 29 September 2017 “ 28 September 2018 CLIN 3001 - 29 September 2018 “ 28 September 2019, CLIN 4001 - 29 September 2019 “ 28 September 2020 6-month extension pursuant to 52.217-8, śOption to Extend Services ť The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision]; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 52.204 Security Requirements 52.204-7 Registered in SAM prior to award or performance; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-3 Notice of Total HUB Zone Set-Aside. Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-A Utilization of Small Business Concerns; 52.247-34 F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019) with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Labor Standards; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-3 Protest after Award. 52.239-1 Privacy or Security Safeguards Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: NAVSUP 5252.232-9402, Invoicing and Payment (WAWF) Instructions. DFARS: 252.232-7006, Contract Terms and Conditions Required to Implement Statues; 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.203-7998 Prohibition on Contracting Entitites That Require Certain Internal Confidentiality Agreements “ Representation (DEVIATION 2015-O0010); 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010); 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.209-7999 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any Federal law, 252.225-7036 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021Trade Agreements; 252.232-7010 Levies on Contract Payments; 252.237-7016 Delivery Tickets; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; Preference for Domestic Commodities ADDITIONAL FAR Clauses: 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Terms of the Contract Authorized Changes Only By The Contracting Officer (Jan 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractors facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: Contracting Officer ADDRESS: 110 Yorktown Avenue, Contracts Department, 3rd Floor, Jacksonville, FL 32212 TELEPHONE: 904-542-0442 FREEDOM OF INFORMATION ACT (FOIA) NAVSUP FLCJ FOIA REPRESENTATIVE: NAVSUP Fleet Logistics Center Jacksonville Steven Palmer 110 Yorktown Ave; 3rd Floor Naval Air Station Jacksonville, Fl 32212 Telephone: 904-542-3824 Email: steven.w.palmer@navy.mil UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. WAGE DETERMINATION Pursuant to Federal Acquisition Regulation (FAR) CLAUSE 52.222-41, Service Contract Act of 1965, as amended, the US Department of Labor Register Number 2005-3007, Revision No. 17, dated 8 July 2015 2014, is herby incorporated and shall apply to the period 29 September 2015 “ 28 September 2018. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors “ a combination of price and technically acceptable quote submissions. To be technically acceptable, offerors must “ 1. Demonstrate how they will successfully accomplish the requirement of the RFQ in sufficient detail to establish technical acceptability in accordance with the performance work statement. 2. Provide a Secret Facility Clearance System for Award Management (SAM). Quoters 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/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 4:00 pm on 23 September 2015. Contact Vera Y. Smith who can be reached at 904542-1062 or email vera.y.smith@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Method of proposal submission: Offerors must submit proposal via email to vera.y.smith@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7f0388e481a3c70e372824a21eaba5df)
 
Place of Performance
Address: Fleet Logistics Center Jacksonville
Zip Code: 110 Yorktown Avenue, 3rd Floor, Jacksonville, Florida
 
Record
SN03890828-W 20150919/150917235413-7f0388e481a3c70e372824a21eaba5df (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.