Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

U -- Notice of Intent to Award to a Single Source - User Subscriptions to the West LegalEdcenter online training library for the Office of the General Counsel (OGC)

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018916TZ164
 
Response Due
7/6/2016
 
Archive Date
7/20/2016
 
Point of Contact
Bridget Blaney 215-697-9628
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SINGLE SOURCE, COMBINED SYNOPSIS/SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using the Simplified Acquisition Procedures found at FAR Part 13, 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 (https://www.neco.navy.mil/). The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a firm-fixed-price (FFP) purchase order to a single source: West Publishing Corporation (Address: 610 Opperman Drive, Saint Paul, MN 55123-1340). The Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority of FAR 13.106-1(b), Soliciting from a Single Source. The RFQ number is N00189-16-T-Z164. This synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160607. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 611430 and the Small Business Standard is $11 Million. CLIN 0001: West LegalEdcenter User Subscriptions, (FFP, 760 Each) This requirement is being processed on behalf of the Office of the General Counsel (OGC). The contractor shall provide user subscriptions for the West LegalEdcenter Continuing Legal Education (CLE) training library as well as supplemental services. The specific minimum characteristics required by OGC for the training library content include the following: 1) the library shall contain properly accredited, on-line training courses (both recorded and live) meeting the mandatory CLE requirements of every state under OGC ™s purview with such requirements and 2) the library shall include courses to cover all OGC practice areas, including government contracting, construction law, environmental law, labor and employment law, patent law, international law, real estate and land use, bankruptcy, maritime law, administrative law and regulation, litigation (including trial skills), and alternative dispute resolution. A Statement of Work (SOW) is provided with this requirement. A total of 760 user subscriptions are required. The subscription period will last for twelve (12) months from the date of award. Additional information pertinent to this posting is provided herein as an attachment and includes, but is not limited to, the following: line item information for quoting purposes, a Statement of Work (SOW), and a copy of all clauses and provisions applicable to this synopsis/solicitation. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than 6 Jul 2016, 1200 Eastern Standard Time (EST). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a capability statement or quotation which shall be considered by the agency; however, only services meeting the OGC ™s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal Government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal Government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist Bridget Blaney by email at bridget.blaney@navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor ™s capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018916TZ164/listing.html)
 
Record
SN04169178-W 20160702/160701000737-48244a7d5d97425ce889a2858bf26967 (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.