Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2018 FBO #6053
SOLICITATION NOTICE

U -- System Model Language (SysML) Training Course - Statement of Work

Notice Date
6/18/2018
 
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-2016
 
Point of Contact
Karen L. Sampson, Phone: 401-832-4343
 
E-Mail Address
karen.sampson@navy.mil
(karen.sampson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Exhibit A - CDRL Statement of Work (SOW) 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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is N66604-18-Q-2016. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Contract for an instructor lead training course providing basic SYSML diagrams and application of UPDM ontology, at an offsite location within 10 miles of NUWCDIVNPT equipped to facilitate the training and provide the necessary computer equipment, software and other course materials to teach the SysML course. CLIN 0001: The contractor shall provide an offsite facility within 10 miles of NUWCDIVNPT to conduct an instructor lead SysML training class covering basic SYSML diagrams and application of UPDM ontology, and provide the training materials, facilities, and computers to execute 2 training events held in July 2018 and September 2018. Each event will not exceed 20 people and will be for a period of 32 hours. In accordance with the attached SOW paragraph 4.0 Technical Requirements. CLIN 0002: Data - Contract Data Requirements List (CDRL) - DD1423, Exhibit A. Not Separately Priced (NSP) This procurement is being solicited as unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is 611430. The Small Business Size Standard is $11M. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provisions at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors - Commercial Items, and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions- Commercial Items, 52.212-5, and Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable the quote must meet the Technical Requirements under SOW 4.0 attached and the delivery schedule specified. Provide with your quote documentation/materials showing how your quote meets the Technical Requirements. The Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically acceptable. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508 EIT Accessibility Standards 1194.21: Software Applications and Operating Systems; 1194.31: Functional Performance Criteria; and 1194.41: Information, Documentation, and Support apply to this requirement. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. 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. Payment will be made by Wide Area Workflow (WAWF). Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Please provide documentation/materials showing how your quote meets the Technical Requirements under 4.0. Quotes must be submitted to the Naval Undersea Warfare Center Division, Newport Contracts Department, via email to Karen Sampson at karen.sampson@navy.mil no later than 2:00 pm EST on 22 June 2018. Quotes received after the closing date and time specified will be ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-2016/listing.html)
 
Place of Performance
Address: Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN04959216-W 20180620/180618231107-f0414980ed7c30c7d2e04971a9caa01d (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.