Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

U -- Education and Training Services

Notice Date
8/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
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
N0060418Q4063
 
Response Due
8/14/2018
 
Archive Date
8/29/2018
 
Point of Contact
Ryan Kanda 808-473-7582
 
E-Mail Address
Contract Specialist
(ryan.kanda@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 Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR Part 13, as supplemented with the additional information included 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. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060418Q4063. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Publication Notice 20180629. 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 611430 and the small business size standard is $11.0 million. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(i). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Small Business Office concurs with the unrestricted decision. CLINDESCRIPTIONITEM NO.QTY 0001Franklin Covey All Access Pass “ Plus (350 Participants) “ Renewal “ 12 month access (in accordance with Attachment 4, Performance Work Statement)AAPP121 00024DX Manager ™s Implementation Kit w IP V.47759630 7HS 4.0 Participant Kits7684030 5C Participant Kits (Outlook 2016/13/10)7758430 6CP Participant Kits7775630 4ER Participant Kits7774730 6CP Facilitator Kits777695 4ER Facilitator Kits777625 ShippingN/A1 CLIN 0001: Period of Performance is 9/1/2018 “ 8/31/2019 CLIN 0002: Required Date of Delivery is 9/11/2018. Shipping terms are FOB Destination to: Naval Health Clinic Hawaii, 480 Central Ave., Bldg 1750, JBPHH, HI 96860-4908. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Award of a Firm Fixed Price purchase order is anticipated. Award will be based on determination of price reasonableness and contractor responsibility. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information, see http://www.section508.gov. The following FAR provision and clauses are applicable to this procurement: 52.203-18 Prohibition on contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-11 Delinquent Taxes or Felony Conviction 52.212-1 Instructions to Offerors 52.212-3 Alt 1 Offeror Reps and Certs (Attachment 2) 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-19 Prohibition on contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor “ Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer “ SAM 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act “ Balance of Payments Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7009 Representation of Use of Cloud Computing 252.239-7010 Cloud Computing Services 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following attachments are applicable: Attachment 1: FAR 52.212-3 with Alt 1 Provision Attachment 2: Justification for Sole Source (Redacted) Attachment 3: Performance Work Statement Offerors are to include Attachment 1, FAR 52.212-3 Alt 1 (if there are any changes), with their quote. This announcement will close at 10:00am Hawaii Standard Time (HST) on Monday, 20 August, 2018. All quotes must be submitted by email only, to ryan.kanda@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418Q4063/listing.html)
 
Place of Performance
Address: Naval Health Clinic Hawaii
Zip Code: 480 Central Ave., Bldg 1750, JBPHH, HI
 
Record
SN05031004-W 20180812/180810230651-fd03efd7dda65133bac5ac933cecf793 (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.