Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

U -- Data Literacy, Analysis, & Visualization Workshops - Amendment 1 - MS Word Document version Attachments 6A-B

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of State, Foreign Service Institute, U.S. Department of State, Foreign Service Institute, Office of Acquisitions, FSI/EX/ACQ, 4000 Arlington Boulevard, SA-42 Room F2130, Arlington, Virginia, 22204, United States
 
ZIP Code
22204
 
Solicitation Number
19FS1A18Q5000
 
Archive Date
8/10/2018
 
Point of Contact
Eric R. Modrak,
 
E-Mail Address
ModrakER@state.gov
(ModrakER@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 6B PPR Information Form MS Word A0001 Attachment 6A Questionnaire MS Word A0001 Amendment A0001 Attachment 4 v2 Instructions to Offerors Solicitation Questions and Answers: Document is incorporated as an attachment to this solicitation and will be incorporated into any resultant BPA award(s). (2) Date. 07/10 (3) Year. 2018 (4) Contracting Office ZIP Code. 22204 (5) Product or Service Code. U012 (6) Contracting Office Address. 4000 Arlington Blvd., Arlington, VA (7) Subject. Data Literacy, Analysis, & Visualization Workshops (8) Proposed Solicitation Number. 19FS1A18Q5000 (9) Closing Response Date. July 26, 2018 4:00PM EST (10) Contact Point or Contracting Officer. Eric Modrak, Contracting Officer ( 11) Contract Award and Solicitation Number. N/A (12) Contract Award Dollar Amount. N/A (13) Line Item Number. N/A (14) Contract Award Date. N/A (15) Contractor. N/A (16) Description. 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. (ii) The solicitation number is 19FS1A18Q5000. The solicitation is issued as an RFQ under FAR Part 12 utilizing policies and procedures from FAR Part 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. (iv) Pursuant to clause 52.219-6, this opportunity is a total (reserved 100%) for small business vendors under NAICS code 611420. The small business size standard for this NAICS code is $11 million. (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). The total value of all orders placed under any resultant BPA award(s) shall not exceed $1 million. Line 1: Delivery of each 3 Day Workshop "Business Data Analysis: Advanced Excel & Power BI Workshop" for a one year base ordering period and 4 additional one year ordering periods Line 2: Delivery of each 3 Day Workshop "Business Data Analysis: Programming with R" for a one year base ordering period and 4 additional one year ordering periods Line 3: Delivery of each 3 Day Workshop "Business Data Analysis for Managers and Executives" for a one year base ordering period and 4 additional one year ordering periods. *Submit pricing via the Price Matrix* (vi) Description of requirements for the items to be acquired. Please review the Performance Work statement (Attachment 1) attached to this requirement. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Contemplated BPA award will include a one year base ordering period and four additional one year ordering periods. Services will be performed on site at 4000 Arlington Blvd., Arlington, VA 22204. (viii) The provision 52.212-1 Instructions to Offerors---Commercial Items applies to this acquisition. The provision includes an addenda as follows: The provision is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (e) Multiple offers will not be accepted. One solution/response to satisfy the requirements in the solicitation by the solicitation closing date is requested. Please see the Section L Instructions to Offerors document (Attachment 4) attached to this combined solicitation synopsis for the specific instructions for submission of quotes. (ix) The provision 52.212-2 Evaluation-Commercial Items is included. Please see the 52.212-2 Evaluation Factors document (Attachment 2) attached to this combined solicitation synopsis for the specific evaluation criteria that are applicable. (x) Offerors shall include a completed copy of the provision at 52.212-3 Offer Representations and Certification---Commercial Items with their offer. (xi) The clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause includes an addenda as follows: The clause 52.212-4 Contract Terms and Conditions--Commercial Items is tailored in the following manner: (c) Changes Unilateral within scope change orders (including de-obligations of unliquidated funding after the end of performance) are permitted per the terms of 52.243-3: (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.). (3) Place of performance of the services. (4) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications. (5) Method of shipment or packing of supplies. (6) Place of delivery. (7) Amount of Government-furnished property. (b) If any change causes an increase or decrease in any hourly rate, the ceiling price, or the time required for performance of any part of the work under this contract, whether or not changed by the order, or otherwise affects any other terms and conditions of this contract, the Contracting Officer will make an equitable adjustment in any one or more of the following and will modify the contract accordingly: (1) Ceiling price. (2) Hourly rates. (3) Delivery schedule. (4) Other affected terms. (c) The Contractor shall assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) Failure to agree to any adjustment will be a dispute under the Disputes clause. However, nothing in this clause excuses the Contractor from proceeding with the contract as changed. (End of clause) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in the clause apply to this acquisition. 1.52.223-18 Encouraging Contracting Policies to Ban Text Messaging While Driving 2.52.233-3 Protest After Award 3.52.233-4 Applicable Law for Breach of Contract 4.52.203-19- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 5.52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 6.52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 7.52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 8.52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 9.52.219-6 Notice of Total Small Business Set-Aside 10.52.219-8 Utilization of Small Business Concerns 11.52.219-14 Limitations on Subcontracting 12. 52.219-28 Post-Award Small Business Program Representation 13. 52.222-3 Convict Labor 14. 52.222-21 Prohibition of Segregated Facilities 15.52.222-26 Equal Opportunity 16.52.222-35 Equal Opportunity for Veterans 17.52.222-36 Equal Opportunity for Workers with Disabilities 18.52.222-37 Employment Reports on Veterans 19. 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 20. 52.222-50 Combatting Trafficking in Persons 21. 52.222-54 Employment Eligibility Verification 22.52.225-13 Restriction on Certain Foreign Purchases (xiii) Additional contract requirement(s) or terms and conditions The full text of all Federal Acquisition Regulation (FAR) provisions and clauses incorporated by reference can be found here: https://acquisition.gov/browsefar The full text of all Department of State Acquisition Regulation (DOSAR) provisions and clauses incorporated by reference can be found here: http://farsite.hill.af.mil/vmdosara.htm In addition to clauses under FAR 52.212-5, the following FAR provisions and clauses are also incorporated by reference: 1.52.209-7 Information Regarding Responsibility Matters 2.52.232-40 Providing Accelerated Payments to Small Business Subcontractors 3. 52.217-8 Option to Extend Services (may be exercised within 7 days) In addition to clauses found in the FAR, the following agency DOSAR provisions and clauses are incorporated by reference: 1.652.2040-70 Department of State Personal Identification Card Policy and Procedures 2.652.206-70 Advocate for the Competition/Ombudsman 3.652.225-70 Arab League Boycott of Israel 4.652.225-71 Section 8(a) of the Export Admin Act of 1979, As Amended 5.652.232-72 Limitation of Funds 6.652.237-72 Observance of Legal Holidays and Administrative Leave 7.652.242-70 Contracting Officer's Representative In addition to clauses under the FAR and DOSAR, the following local clauses including Special Contract requirements are incorporated into this solicitation and any resultant awards. The following clauses can be found in full text via Attachment 7: Section G: 1.FSI 1: FSI INVOICING INSTRUCTIONS AND NON-PAYMENT FOR UNAUTHORIZED WORK 2.FSI 4: Contractor Self-Identification Section H Special Contract Requirements: 1.Smoke Free Workplace Notice 2.Removal from Duty 3.Parking and Government Facility Entry 4.Key Personnel 5.Safeguarding of Information In order to be considered compliant and receive further evaluation, offers shall affirm that they can deliver all three workshop varieties and submit technical and price quotes that address all three workshop varsities. The government intends to make a single award to one offeror qualified to deliver all workshops and will not evaluate quotes that stipulate delivery of only one or two workshop types. Please see the Section L Instructions to Offerors document attached to this combined solicitation synopsis for the specific instructions for submission of quotes. (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A (xv) The date, time and place offers are due. Offers are due via email on 07/26/2018 at 4PM Eastern Standard Time. Offers shall only be submitted electronically via email as.pdf attachment to ModrakER@state.gov. Please note, the due date for questions is Monday July 16, 2018 at 12:00 p.m. Additional information can be found on Attachment 4 Please see Attachment 4 Section L Instructions to Offerors. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. The point of contact for this solicitation is Contracting Officer Eric Modrak. ModrakER@state.gov. Please contact via email and not telephone. (17) Place of Contract Performance. 4000 Arlington Blvd., Arlington, VA, 22204 (18) Set-aside Status. Pursuant to clause 52.219-6, this opportunity is a total (reserved 100%) for small business vendors under NAICS code 611420. The small business size standard for this NAICS code is $11 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FSI/GSACQ/19FS1A18Q5000/listing.html)
 
Place of Performance
Address: 4000 Arlington Boulevard, Arlington, Virginia, 22204, United States
Zip Code: 22204
 
Record
SN04997540-W 20180720/180718231233-5cec7e39ed24cd0efff0a404e22038f6 (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  © 1994-2020, Loren Data Corp.