Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2019 FBO #6537
MODIFICATION

U -- Apprentices, Helper & Afer-Hours Educational Program - Q & A - ATTACHMENT D

Notice Date
10/17/2019
 
Notice Type
Modification/Amendment
 
NAICS
611513 — Apprenticeship Training
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98314, United States
 
ZIP Code
98314
 
Solicitation Number
N4523A19R1316-2
 
Archive Date
11/12/2019
 
Point of Contact
Angela M Charpia, Phone: 360-476-4177, Erin K Malinski,
 
E-Mail Address
angela.charpia@navy.mil, erin.malinski@navy.mil
(angela.charpia@navy.mil, erin.malinski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACTOR PREFORMANCE DATA SHEET QUESTIONS AND ANSWERS THE PURPOSE OF THIS MODIFICATION IS TO ADD THE CONTRACTOR PERFORMANCE DATA SHEET, POST THE QUESTIONS AND ANSWERS AND TO UPDATE THE SUBMISSION DATE. 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. Solicitation # N4523A19R1316-2 is being issued for a 5 yr. indefinite delivery/indefinite quantity contract for a commercial contract, for educational services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, dated 10 Sep 2019. This is a full and open solicitation, no set aside is proposed. The North American Industry Classification System (NAICS) code for this work is 611513 (Apprenticeship Training), with a Business Size Standard of $7,500,000.00. The Product Service Code Class is U006 (Education/Training - Vocational/Technical). The line item numbers consist of: CLIN 0001; Educational Services. FP Description: IDIQ, Services in accordance with the performance work statement for the period of performance of 8 November 2019 through 7 November 2024. Services are ordered from Attachment 1, ELIN Table Estimated Total Price___________________ CLIN 0002: Phase In, FFP, Description: Perform seamless transition in accordance with PWS section 3.4 with the period of performance of 8 November 2019 through 8 December 2019 Quantity: 1 Unit of Measure: Month Total Price__________________ CLIN 0003: Enterprise Contractor Manpower Reporting Application (ECMRA), FFP Description: The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site in accordance with PWS section 6.9. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. The total ordering period of contract is five years from 8 November 2019 through 7 November 2024. Estimated Quantity: 6 Estimated Unit Price: _______ Estimated Total Price__________________ Total Estimated Proposed Price: ________________ Educational Services for Apprenticeship, Helper, and After-hour students - This is an indefinite delivery indefinite quantity (IDIQ) contract. The Contracting Officer or his /her representative who will issue Task Order requests for proposal will determine the actual amount of work to be performed and the time of such performance. Award of task orders will be on a firm-fixed priced basis. The resulting contract will be a five-year contract supporting approximately 1780 students per year. The contract Minimum Guarantee is $10,000, which will be met with the first task order after award. The locations of work are at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, and the adjacent Naval Base Kitsap, Bremerton. FOB: Destination The Puget Sound Naval Shipyard and Intermediate Maintenance Facility requires the purchase and execution of educational services. This service contract will provide educational services to approximately 1780 students. A full description of all requirements associated with this contract action are provided in a detailed Performance Work Statement (Attached). The Estimated Period of Performance is as follows: 11/08/19 to 11/07/24. Offerors must be registered in the System for Award Management (SAM) database prior to award of a DOD Contract. A contract cannot be awarded to a contractor not registered in SAM. Remember to review your NAICS codes listed in your SAM record to makes sure you have listed the NAICS code for this procurement. Registration is free and can be completed online at http://www.sam.gov/ THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB -SITE ADDRESSES: FAR - https://acquisition.gov/far/index.html and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ Method of Payment: DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Provisions and Clauses Incorporated by Reference. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The Government will confirm the representations in System for Award Management (SAM). A separate submittal is not required as representations and certification are in the SAM system and in order to receive an award you must be registered. FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 52.204-7 System for Award Management (Oct 2018) 52.204-13 -System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 - Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance or Equipment. (AUG 2019) 52.216-8 Ordering (Oct 1995) 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns. (DEVIATION 2019-O0003) 52.222-24 Pre-award On-Site Equal Opportunity Compliance Evaluation (Feb 1999) 52.229-3 Federal, State and Local Taxes (Feb 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.237-3 Continuity of Services (Jan 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DOD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.216-7006 Ordering MAY 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) Provisions and Clauses by Full Text FAR 52.212-1, Instructions to Offerors - Commercial Items (ATTACHMENT A) FAR 52.212-2, Evaluation - Commercial Items. (ATTACHMENT B) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (ATTACHMENT 2) 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $1,000,000.00; (2) Any order for a combination of items in excess of $1,000,000.00; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 days. (End of Clause) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Bldg. 844 Burwell Street Bremerton, WA 98314 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 252.216-7006 Ordering ORDERING (SEP 2019) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 8 November 2019 through 7 November 2024. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Data Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered "issued" when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included. All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via email to angela.charpia@navy.mil and erin.malinski@navy.mil by 12:00 p.m. Pacific Standard Time on 28 October 2019. Any award resulting from this RFP will be made based on the lowest evaluated priced offer that meets the performance work statement requirements. All questions concerning this solicitation shall be addressed to angela.charpia@navy.mil and erin.malinski@navy.mil. All requests/inquiries must be emailed and received by 10 October 2019 by 1:00 PM (Pacific). Responses will be posted to fbo.gov. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil NOTE: Late offers will be handled in accordance with FAR Clause 52.212-1 Instructions to Offerors - Commercial Items. No facsimile submissions will be accepted. Proposals are due by 25 October, 2019, 12:00pm Pacific Time
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A19R1316-2/listing.html)
 
Place of Performance
Address: Bldg. 460 2nd Fl., 1400 Farragut Ave., Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN05476311-W 20191019/191017230437-872c7ed89107b7e7ba41321bf6ae5ad4 (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.