Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2017 FBO #5592
SOLICITATION NOTICE

U -- System Modeling Language (SysML) Training

Notice Date
3/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-T-0064
 
Archive Date
4/13/2017
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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 is N63394-17-T-0064 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $15.0 Million. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: One (1) three-day training class for technical work staff to introduce state-of-the-art methodology for Model-based systems engineering (SysML). Training will be IAW the attached Statement of Work (SOW). Bid must be good for a minimum of 90 calendar days after close of the RFQ. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. (6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: • FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition • FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition • FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses in paragraph (b): 52.222-17, 52.222-21, 52.222-26, 52.222-41, 52.222-50, and 52.222-55. • FAR Clauses: 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.209-6, 52.209-10, 52.209-11, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-36, 52.222-42, 52.222-46, 52.222-50, 52.222-99(Dev), 52.223-5, 52.223-18, 52.225-13, 52.232-33, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.234-1, 52.237-2, 52.243-1, 52.244-6, 52.245-1, 52.245-9, 52.252-2, and 52.252-6. • DFARS Clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.211-7007, 252.223-7006, 252.223-7008, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010, 252.243-7001, 252.245-7001, 252.245-7002, 252.245-7003, 252.245-7004, 252.247-7023, and 252.246-7000. • NAVSEA Clause HQ-G-2-0009. The offeror may submit questions requesting clarification of solicitation requirements to the Contract Administrator, Rachel T. Smith, via email at Rachel.T.Smith@navy.mil. It is requested that all questions be received no later than 21 March 2017, 10:00 am Pacific Time, as time may not permit responses to questions received after that time to be prepared and issued prior to the receipt of proposals. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit a quotation which shall be considered by the agency. Respond to Rachel T. Smith by E-Mail to: Rachel.T.Smith@navy.mil, (Preferred Method) OR by mail to: Commander, Code 0232, NSWC PHD, Bldg 1215 Acquisition Dept., 4363 Missile Way, Port Hueneme, CA 93043, no later than 12:00 pm Pacific Time, 29 March 2017. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort. Statement of Work SysML Training Course Background: Over the last couple of year Port Hueneme Division has hired 600 new employees, many of those are engineers and technicians that work in the technical work parts of our organization. Therefore, it is a priority that we train our newly hired technical work staff on the concepts of system modeling language for modeling and validation. Requirement: Course Length: 3 days Location: Naval Surface Warfare Center Port Hueneme Division Number of Students: 20 Objective: The objective of this class would be to introduce the workforce to state-of the-art methodology of Model -based systems engineering, which uniquely traces systems operation and requirements to system function and design specifications. Prerequisites: Participants of this class should have technical knowledge on how to read and interpret technical documentation. Topics for discussion include: • Understand basic terminology associated with model-based systems engineering • Gain a basic understanding on how to read and understand System Modeling Language (SysML). • Review system/sub-system requirements and designs which are documented • Be able to create analysis and design models using SysML • Understand the complete system-modeling lifecycle from requirements to validation of the system. Methods of learning: This training should be conducted through an immersive interactive workshop to include live presentations that help students walk through the SysML documentation process. Textbooks, case studies, and course assessments should be included. Target Audience: This course is intended for individuals who have a need to work in SysML. These employees include Engineers and Technicians. Technical Evaluation Criteria: • Technical- Does the proposal meet our command's training objective? • Past Performance-List relevant customers with references Period of Performance: ARO-30 Sep 2017 Training Date: Workforce Development will work with the selected vendor to schedule a training date. Usually training works 90 days in advance of the scheduled training. Additional Information: • Workforce Development will provide on-site training location • NSWC PHD will work with the vendor to get base-access for the instructor • The vendor's proposal will need to include all costs including training material, textbooks, travel, per diem, and instructor laptop. • The vendor will provide an itemized description of covered costs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-T-0064/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN04433932-W 20170316/170314234031-095139c261211a849e89bf9172a879e4 (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.