Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOLICITATION NOTICE

U -- Electrical substation maintenance training in accordance with the attached Performance Work Statement.

Notice Date
5/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060417Q4021
 
Response Due
5/30/2017
 
Archive Date
5/31/2017
 
Point of Contact
Stuart Christianson 808-473-7921 Al Peralta (808) 330-6148, email: alfred.peralta@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and Subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional procedures 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. The RFQ number is N0060417Q4021. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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 611519 and the Small Business Standard is $15.0 Million. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision. Quoters shall include a completed copy of 52.204-20, 52.209-11 and 52.212-3 with their quotes. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing electrical substation maintenance training in accordance with the attached Performance Work Statement. CLIN DESCRIPTION QUANTITY UNIT OF ISSUE 0001 Substation Maintenance I Training. Quantity 2 Groups inclusive of all training materials and any travel 0002 Substation Maintenance II Training. Quantity 2 Groups inclusive of all training materials and any travel The Period of Performance will be four total groups (Two groups of Substation I training and two groups of Substation II training) consisting of four and a half days classroom training sessions to be completed no later than the end of the last week of July 2017. Training shall take place during normal business hours; Training Location is located at building 166, NAVSTA, Pearl Harbor. See attached Performance Work Statement. Quoters shall provide pricing, a point of contact, name and phone number in addition to the following: All quotes shall include the offerors quoted substation training class overview literature and narrative, or course syllabus and narrative. The class overview literature or syllabus must clearly identify the training topics to be covered similar to the training topics shown in the PWS. Course literature accompanying quote must clearly communicate the capability of the quoter to meet all training requirements within the performance work statement. Additionally, quotes must make a statement that takes no exception to the attached performance work statement. The government standard commercial clauses will apply to this purchase order, as such, quoters are reminded that quoted terms and conditions will not appear in any resulting purchase order. This announcement will close at 5:00 PM on May 30th. Contact Stuart Christianson who can be reached at 808-473-7921 until May 25th or email Stuart.Christianson@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. 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 ability to meet the training criteria outlined in the Performance Work Statement during the time frame required. All training is to be complete before the end of July 2017. The basis for award will be Low Price Technically Acceptable (LPTA).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4021/listing.html)
 
Place of Performance
Address: NAVFAC, HI
Zip Code: Meter/Relay Section
 
Record
SN04516657-W 20170524/170522234249-ea804dba7cdc8aa5dd324f8ec2051a44 (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.