Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
MODIFICATION

U -- Advance Hazmat Training

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-16-Q-0026
 
Point of Contact
Brandi L. Sorzano, Phone: 3017446908
 
E-Mail Address
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
**BASE YEAR DATES HAVE BEEN UPDATED.** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-16-Q-0026 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-76 (This FAC # changes and can be found at FAR Site).This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the Lowest Price Technically Acceptable (LPTA). The North American Industry Classification System (NAICS) code is 611430. The SB size standard for this code is $11,000,000.00. CLIN0001 - 1 ea: Advance Hazmat Training - 4 days of customized training to include Thermo Gemini training, colorimetrics, safe sampling techniques and interpretation, SAFE kit component training, and application, HAZMatIQ and hands on scenario based training •a. Pricing for Basic Year: 17 October - 20 October 2016 •b. Pricing for Option 1: 1 class to be held in April/May 2017; dates TBD •c. Pricing for Option 2: 1 class to be held in Aug/ Sep 2017; dates TBD •d. Pricing for Option 3: 1 class to be held in April/May 2018; dates TBD •e. Pricing for Option 4: 1 class to be held in Aug/Sep 2018; dates TBD Suggested Source: Federal Resources All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offeror that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, FAR 52.217-8 - Option to Extend Services; FAR 52.217-9-Option to Extend the Term of the Contract; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns ; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities ; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, 2008 Stump Neck Road BLDG. 2008 Indian Head, MD 20640-5070 not later than 1200 (12:00 p.m.) Easter Standard Time on 12 Jul 2016. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-16-Q-0026/listing.html)
 
Place of Performance
Address: NSWCIHEODTD, 2008 STUMP NECK ROAD, INDIAN HEAD, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04174802-W 20160709/160707235728-1d79351ec8b4e3f5b206182f2f10bed1 (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.