Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOLICITATION NOTICE

U -- SYSML Training

Notice Date
12/6/2019 1:11:57 PM
 
Notice Type
Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841 USA
 
ZIP Code
02841
 
Solicitation Number
N66604-20-Q-0121
 
Response Due
12/11/2019 11:00:00 AM
 
Archive Date
12/26/2019
 
Point of Contact
Paul Lee
 
E-Mail Address
paul.lee3@navy.mil
(paul.lee3@navy.mil)
 
Description
This combined synopsis and solicitation is being posted to the Beta SAM GOV page located at http://www.beta.sam.gov. It is understood that Beta SAM GOV is the single point of entry for posting of synopsis and solicitation to the internet. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES 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 ‘Streamlined Procedures for Evaluation and Solicitation for Commercial Items’, 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-20-Q-0121.The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Contract for instructor lead and live/self-paced training courses providing basic SYSML diagrams and application of UPDM ontology, at a location equipped to facilitate the training and provide the necessary computer equipment, software and other course materials to teach the SysML course.This procurement is being solicited unrestricted. The North American IndustryClassification System (NAICS) Code for this acquisition is 611430. The Small Business Size Standard is $12 M. This procurement is advertised on a competitive, small business set aside basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP).The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the following brand name items; no substitutions: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, including a hands on portion of the training using Magic Draw on a brand name basis no substitution is allowed and provide the training materials, facilities, and computers to execute one training events held no later than January 2020 in accordance with the attached SOW paragraph 4.0 Technical Requirements.CLIN 0002: 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, including a hands on portion of the training using Magic Draw on a brand name basis no substitution is allowed and provide the training materials, facilities, and computers to execute one training events held no later than May 2020 in accordance with the attached SOW paragraph 4.0 Technical Requirements.CLIN 0003 Option: The contractor shall conduct a live/self-paced SysML training class covering basic SYSML diagrams and application of UPDM ontology, including a hands on portion of the training using Magic Draw on a brand name basis no substitution is allowed and provide the training materials, facilities, and computers to execute one training event held FY20 in accordance with the attached SOW paragraph 4.0 Technical Requirements.CLIN 0004 Option: 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, including a hands on portion of the training using Magic Draw on a brand name basis no substitution is allowed and provide the training materials, facilities, and computers to execute one training events held no later than January 2021 in accordance with the attached SOW paragraph 4.0 Technical Requirements.CLIN 0005 Option: 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, including a hands on portion of the training using Magic Draw on a brand name basis no substitution is allowed and provide the training materials, facilities, and computers to execute one training events held no later than May 2021 in accordance with the attached SOW paragraph 4.0 Technical Requirements.CLIN 0006 Option: The contractor shall conduct a live/self-paced SysML training class covering basic SYSML diagrams and application of UPDM ontology, including a hands on portion of the training using Magic Draw on a brand name basis no substitution is allowed and provide the training materials, facilities, and computers to execute one training event held FY21 in accordance with the attached SOW paragraph 4.0 Technical Requirements.CLIN 0007: DataIncorporated 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, 52.217-5 Evaluations of Options, 52.217-7, Option for Increased Quantity - Separately Priced Line Item. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement.(2) Technical ApproachA. The Offeror shall provide an outline of the proposed course and the slide deck for the course including the hands-on portion with Magic Draw, addressing the technical requirements in paragraph 4.0 of the Statement of Work.- The Government will evaluate the quality of the Offeror's course outline and slide deck and verify that ithas addressed the technical requirements in the SOW.B. The Offeror shall provide a resume of the instructor conducting the course and proof that it is proposing an instructor that possesses the following certification: Object Management Group (OMG) Certified Systems Modeling Professional-Level 4.- The Government will evaluate the quality of the resume and Offeror's proof of the required certification.(3) Past PerformanceA. The offeror shall provide two experiential examples of the professor providing a similar class in the last 18 months. This shall include the slide deck from each class and an analysis of the class and professor feedback in response to the class from the participants.The Government will also consider past performance information in accordance with DFARS provision 252.213-7000.- The Government will review all past performance information collected and determine the quality of the offeror's past performance. The past performance evaluation results in an assessment of the offeror's probability of meeting the solicitation requirements. The past performance evaluation considers each offeror's demonstrated record of performance in supplying services that meet the contract's requirements.Technical and past performance, when combined, are Approximately equal to price.(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision)In order to be determined technically acceptable the quote must meet the Technical Requirements under SOW 4.0 attached.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.Offers must be submitted to the Naval Undersea Warfare Center Division, Newport Contracts Department, via email to Paul Lee at paul.lee3@navy.mil no later than 2:00 pm EST on 11 December 2019. Offers received after the closing date and time specified will be ineligible for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/632184acfd3045448b2d7eaf0016c88f/view)
 
Place of Performance
Address: 49960, RI, USA
Country: USA
 
Record
SN05511047-F 20191208/191206230250 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.