Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOLICITATION NOTICE

U -- Maritime Training Coxswain Training and Advance Operation Training.

Notice Date
3/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
M67004 BLOUNT ISLAND COMMAND 5880 Channel View Blvd JACKSONVILLE, FL
 
ZIP Code
00000
 
Solicitation Number
M6700416Q1016
 
Response Due
3/18/2016
 
Archive Date
4/2/2016
 
Point of Contact
Duane Chase 904-696-5068
 
E-Mail Address
duane.chase@bic.usmc.mil
(duane.chase@bic.usmc.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-86-2 (February 2015), and as supplemented with additional information included in this notice This announcement, Solicitation Number M67004-16-Q-1016 constitutes the only solicitation; quotes are being requested and a written solicitation shall not be issued. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. All quotes are to be submitted to the attention of Duane Chase, Purchasing Agent, at duane.chase@bic.usmc.mil no later than 4:00 pm (EST) on Thursday, March 18, 2016. Only email responses to this announcement will be accepted. The NAICS Code for this synopsis/solicitation is code 611699, All other Miscellaneous Schools and Instruction. Small Business Size Standard is $11.0 mil. This is a combined synopsis/solicitation for the purchase of 1 Complete Service Unit of Coxswain training. Place of Performance is Blount Island Command Jacksonville Fl 32226. Date of Service; The Government anticipates that this type of training will be for a two week period. Required Period of Performance March 28, 2016 to April 8 2016. See attached Performance Work Statement for service to be performed. CLIN 0001-Coxswain Training and Advance Operation Training in accordance with the attached Performance Work Statement. Solicitation number M67004-16-Q-1016 is issued as a Request for Quote (RFQ) and is attached for the following for Maritime Training to include Coxswain Training and Advanced Operation Training. Please see the attached Request for Quotation contained herein. Date and time for receipt of offers is by 4:00 pm (EST) on March 18, 2016. Offers are to be emailed to Duane Chase, Purchasing Agent, at duane.chase@bic.usmc.mil It is anticipated that a purchase order will be issued as a result of this synopsis/solicitation, and awarded using Simplified Acquisition Procedures in accordance with FAR 13. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Request Firm Fixed-Price quotations, including the cost break-down, be furnished. All responsible sources may submit a quotation, and if timely received, shall be considered by the Agency. Companies MUST have a valid Dun and Bradstreet number (DUNS), be actively registered with the System for Award Management (SAM) database and shall provide the company Tax Information Number (TIN) on their quotation. The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Governments reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequently updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.sam.gov or by calling the Federal Service Desk at 866-606-8220. The following provisions and clauses incorporated by reference apply to this procurement: FAR 52.202-1, Definitions FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-99, System for Award Management Registration (DEVIATION) FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) with Alternate 1, (Offeror(s) must include a completed copy of FAR 52.212-3 with their quote); FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: [ 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-36] FAR 52.219-28, Post Award Small Business Program representation (Apr 2009) (15 U.S.C. 632(a) (2); FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); FAR 52.222-41, Service Contract Labor Standards (May 2014); FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); DFAR 252.212-7000, Offeror Representations and Certifications--Commercial Items DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply: 252.225-7001 DFAR 252.223-7004, Drug-Free Work Force DFAR 252.232-7006, Wide Area WorkFlow Payment Instructions ƒ The following full text provisions and clauses apply to this procurement: FAR 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement; (ii) Past Performance; (iii) Price; Technical and past performance, when combined, are equal, when compared to price. This will be a best value award. The Government reserves the right to award to other than the lowest priced offer. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.216-1, Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) FAR 52.233-2, Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from United States Marine Corps, Blount Island Command, 5880 Channel View Blvd., Jacksonville, Florida 32226. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer shall make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://acquisition.gov/ FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer shall make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984). The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M6700416Q1016/listing.html)
 
Place of Performance
Address: 5880 Channel View Dr, Jacksonville, Florida
Zip Code: 32226
 
Record
SN04051284-W 20160317/160315235744-e0543268358d6f91c0c780500d1f6ec1 (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.