Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOLICITATION NOTICE

U -- Basic Geometric Dimensioning & Tolerancing (GD&T) and Review and Application of extended Principles of GD&T Training - Statement of Work

Notice Date
4/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-1480
 
Archive Date
5/11/2018
 
Point of Contact
Stephanie A. Smyth, Phone: 4018326964
 
E-Mail Address
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-18-Q-1480. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase training in Basic Geometric Dimensioning & Tolerancing (GD&T) and Review and Application of extended Principles of GD&T, as specified in the attached Statement of Work: CLIN Period of Performance (POP) Description Qty Unit of Issue 0001 Date of award-25 MAY 2018 Geometric Dimensioning & Tolerancing (GD&T) and Review and Application of extended Principles of GD&T training 1 JOB This procurement is 100% set aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 611430; the Small Business Size Standard is $11.0M. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The following provisions apply to this solicitation: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-1, Instructions to Offerors Commercial Items; and FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Clauses FAR 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and DFARS clause 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9 apply. A Section 508 applies; see clause UW C-2-0003 below: UW C-2-0003-ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (MAR 2010) (a) Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below: 36 C.F.R. § 1194.21 - Software applications and operating systems 36 C.F.R. § 1194.22 - Web-based and internet information and applications 36 C.F.R. § 1194.23 - Telecommunications products X 36 C.F.R. § 1194.24 - Video and multimedia products 36 C.F.R. § 1194.25 - Self contained, closed products 36 C.F.R. § 1194.26 - Desktop and portable computers X 36 C.F.R. § 1194.31 - Functional Performance Criteria X 36 C.F.R. § 1194.41 - Information, Documentation, and Support (b) The Contractor shall provide a Voluntary Product Accessibility Template (VPAT) for items or a Government Product/Service Accessibility Template (GPAT) for service to document compliance with the indicated Section 508 Standards. Please refer to: http://www.itic.org/index.php?submenu=Resources&submenu=Resources&src=gendocs&ref=vpat&category=resources or http://www.buyaccessible.gov/ for more information on VPATs and GPATs or contact http://www.access-board.gov/contact.htm or www.gsa.gov/section508 (c) The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does not comply with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing accordingly. If the Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or services within the delivery schedule contained in the contract, the Government will have the rights and remedies contained in the basic contract. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far Payment will be made via Government Purchase Card. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quotes may be submitted via email to the below email address and must be received on or before Thursday, April 26, 2018, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-1480/listing.html)
 
Record
SN04887947-W 20180414/180412231022-aa82ba3b157752682d70fd7e4b673465 (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.