SOLICITATION NOTICE
U -- Computer Aided Dispatch (CAD) Data Files Maintenance Training.
- Notice Date
- 12/10/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 611420
— Computer Training
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 23511
- Solicitation Number
- N0018918Q0063
- Response Due
- 12/11/2018
- Archive Date
- 12/26/2018
- Point of Contact
- Courtney Olszak 757-443-1320 Courtney Olszak
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services in accordance with the information in FAR Subpart 6.3 “ Other Than Full and Open Competition, FAR Part 12 “ Acquisition of Commercial Items, and FAR Part 13 “ Simplified Acquisition Procedures. The requirement will include a base period of performance of The period of performance is 1 January 2019 “ 31 January 2019. Prior to 1 March 2019. Specific training dates are TBD. 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 NECO (http://www.neco.navy.mil/) and FEDBIZOPPS (https://www.fbo.gov/). The Request for Quote (RFQ) number is N00189-19-Q-0063. This solicitation documents and incorporates provisions and clauses. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This acquisition will result in a Firm-Fixed-Price contract under NAICS 611420 “ Computer Training. The Small Business Size Standard is $11.0M. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13. 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 closing date will be considered by the Government. A determination by the Government not to compete this proposed contract is based upon responses to this notice and 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. SCHEDULE OF SERVICES TO BE ACQUIRED: TABLE 1 Northrop Grumman will provide the Data Files training class. The generic description is listed as follows below. Class # of Days Max # of Students Where When NOTES CAD Data File Maintenance Training 10 6 CNRMA TBD This class is presented as a refresher class so that CNRMA RDC students may learn how to navigate through the maintenance files, create new data, update existing data and/or delete data not applicable. Notes Data Files Maintenance: o Maximum of 6 students will attend training o This class includes a basic features summary, system access, data maintenance documentation and data file order documentation o The class also includes how to navigate the data files, how to add, edit/update, and/or delete records without compromising other data in the system. o Training will occur on the TRAIN system; however, time will be spent reviewing the data on the LIVE system to understand how it has been entered. o Training documents prepared for the CNRMA Data Files Maintenance class will be used for this class, eliminating the need to create new training materials and thereby reducing the cost for this class o Prerequisites: Students must have the following:  CommandPoint ® CAD experience: How to sign on and basic navigation understanding:  Understanding of the RDC “ business practices as it relates to the day to day activities of the CAD user (knowledge of all the bases, requirements for the bases, understanding of the specific rules many of the bases have and how the data is affected by it, and so forth) Includes instructor travel and hardcopy training materials for each student. Customer Requirements The following GFE/GFI items are required for this project: Suitable training room at the CNRMA facility for all class participants including: o A CAD workstation for each class participant “ it has been identified that the workstations in one or two Dispatch pods on the RDC floor will be utilized CNRMA providing qualified personnel to attend the training class Class # of Days # of Classes Max # of Students Hours Notes 10 1 6 8 hours per day Standard training class for Data Maintenance. **NOTE: All classes assume ½ hour for lunch. All activities will be scheduled in a mutually agreed upon CNRMA Schedule upon receipt of a purchase order or other procurement vehicle. The change order firm-fixed price for each class including travel follows: Item # Enhancement Description Price 1 Single 10-Day E-NERMS CAD Data Files Class $ This announcement will close on 12 December 2018, 12:00 PM Eastern time. Responses may be submitted to Courtney Olszak who can be reached at 757-443-1320 or email courtney.olszak@navy.mil. 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. Payment will be made by Wide Area Workflow (WAWF) The following FAR provisions and clauses are applicable to this procurement and are incorporated by reference: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 “ Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 - CAGE Maintenance 52.212-1 Instructions to Offerors 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items; 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 Including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 with Disabilities 52.222-41 Service Contract Labor Standards (i)52.222-50 Combating 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 “ CCR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52,222-41 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.237-2 Protection of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following DFARS provisions and clauses are applicable to this procurement and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7005 - Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT 52.222-42 STATEMENT OF EQUIVALENT RATES 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC TBD Issue By DoDAAC TBD Admin DoDAAC TBD Acceptor (DoDAAC) TBD LPO DoDAAC TBD (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications field of WAWF once a document is submitted in the system. ----------------------------------------------------------------------- (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitys WAWF point of contact. ----------------------------------------------------------------------- (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918Q0063/listing.html)
- Place of Performance
- Address: Navy Region Mid-Atlantic. 1084 Pocahontas Street. , Norfolk, VA
- Zip Code: 23511
- Country: US
- Zip Code: 23511
- Record
- SN05170628-F 20181212/181210230034 (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 |