Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

U -- (Fourth AMENDED) Project Manager Training

Notice Date
7/16/2020 4:19:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523620Q0101
 
Response Due
7/20/2020 11:00:00 AM
 
Archive Date
08/04/2020
 
Point of Contact
Lisa DeBolt, Phone: 6198503525, Laura Lindsay, Phone: 619-556-4706
 
E-Mail Address
lisa.debolt@navy.mil, laura.k.lindsay@navy.mil
(lisa.debolt@navy.mil, laura.k.lindsay@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation # N5523620Q0101 This is a Combined Synopsis/Solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N5523620Q0101 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 13.� Any quote from a large business is ineligible for award. The applicable North American Industry Classification System (NAICS) code is 611430, Professional and Management Development Training, with a size standard of $12 million dollars. DESCRIPTION: This requirement is to provide five (5) Program and Project Management Training Courses in San Diego, California in support of the Naval Sea Systems Command (NAVSEA) Southwest Regional Maintenance Center (SWRMC). The focus of this effort is to provide training based on the Project Management Body of Knowledge (PMBOK) process groups and activities, shall incorporate SWRMC�s organizational process assets, and shall include a combination of podium-based instruction, facilitated discussions, team-based exercises, case studies of SWRMC projects, and computer simulation. To be considered acceptable and eligible for award, Offers must provide all of the items and quantities listed below. The Government will not consider offers for partial items or quantities. Anticipated Contract Line Items are provided in Attachment 5, Pricing Structure Format. The Government anticipates this effort to be a Firm Fixed Price (FFP) type single award contract for a 12-month base period with three (3) 12-month options. FAR 52.212-1: Instructions to Offerors, Commercial Items: Offerors must comply with all instructions contained herein. The Government may consider offers that fail to follow instructions to be unacceptable and ineligible for award. In order to compete for the contract described in this synopsis/solicitation, a complete Technical Volume (technical elements described below) and Price Volume must be submitted. Incomplete submissions may not be considered. Offers shall: Include a separate Technical Volume (pages numbered) that excludes prices and pricing information; Include a separate Price Volume (pages numbered) that includes pricing for each Contract Line Item Number (CLIN), with a total price in US Dollars ($) per Option Period with the description for each CLIN� completed. Provide the Offeror name, address, DUNS and CAGE code, business size and type of small business, Tax Identification Number (TIN) and telephone and e-mail address of an Offeror point of contact; Include teaming arrangement details (if applicable) Stay within the page limitations indicated below for each Volume; Submit electronically in PDF and/or Excel format; and All text shall be formatted on an 8 � by 11 inch page in 12 point Times New Roman font. The Technical Volume shall address Factors I and II as follows: Factor I. Organizational Experience (a) Prepare and submit one (1) Organizational Experience Matrix (RFQ Attachment 3) to explain the breadth, depth and relevance of your organizational experience since 08 July 2017 in the following Statement of Work (SOW - RFQ Attachment 1) key areas: 3.2.2, 3.2.3, 3.2.4, 3.2.5, and 3.2.6. Cite at least one (1) reference from the prime offeror, no more than one per subcontractor or consultant and no more than three (3) references total. Cite references in the following order: prime, subcontractor, and then consultant. (b) For each reference cited, Offerors shall provide a summary description of contract work, not to exceed three (3) additional single-sided pages in length, for each cited reference. In completing these summary descriptions, offerors must explain the relevance of each cited reference with respect to one or more of the SOW key areas. (c) The Government is not bound by an offeror's opinion of the relevance of its organizational experience. Offerors need not address all above SOW key areas in the summary description of each reference; however, for evaluation purposes, ratings may be maximized by citing references that collectively demonstrate maximum breadth and depth of relevant experience in the SOW key areas. (d) In completing the summary descriptions of contract work for Section 15 of each Reference Information Sheet (RFQ Attachment 4) (not to exceed three (3) additional single sided pages per reference), clearly format the response to separate the discussion for each key area of the SOW.� Do not provide a consolidated response for multiple key areas of the SOW. In evaluating the offeror�s experience in each individual key area of the SOW, the Government will consider only the text designated in Section 15 of the Reference Information Sheet for that particular SOW key area. (e) The contractor shall commence performance no earlier than the contract award date. All of the work described in the summary description (i.e., the three (3) pages attached to the Reference Information Sheet) must have been performed on or after 22 July 2017. (f) Delivery of any training materials shall be F.O.B. Destination.� Inspection and acceptance shall be at the destination by the Government. Factor II. Technical Approach Each offeror will provide a detailed plan and approach in performing two (2) key areas as detailed in the Statement of Work (SOW).� Key Areas are as follows: Key Area 1 - General Requirements: Provide a detailed approach for meeting or exceeding each requirement provided under SOW Section 3.1 General Requirements (3.1.1. � 3.1.6.) Key Area 2 � Course of Instruction Requirements: Provide five (5) detailed course outlines meeting or exceeding the minimum requirements listed for each of the five (5) Courses of Instruction (COI), SOW Sections: 3.2.2., 3.2.3, 3.2.4, 3.2.5 and 3.2.6.� The approach for each COI must also include the offeror�s plan in tailoring concepts noted in those standards to SWRMC�s defined project management architecture, assets and processes. Those COI�s requiring a dynamic Computer Simulation (3.2.2. and 3.2.6) must incorporate a sample user scenario in each course outline. *Note: All elements addressed in the SOW detailed in each paragraph must be addressed. Key Area 1 and 2 under Factor II are limited to a total of 24 pages. The Price Volume shall address Factor III as follows: Factor III. Price Offerors shall complete the Contract Line Item Number (CLIN) description, Quantity calculations, provide a Unit Price and an Extended Price for each CLIN and a total Firm-Fixed-Price for all line items provided in Attachment 5, Pricing Structure. Offerors must ensure all blanks are completed and mathematical calculations are accurate for all CLIN(s) 0001-3010 Evaluation Factors for Award (FAR 52.212-2): The Government intends to 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 Government anticipates awarding a firm-fixed-price contract. Factor I. Organizational Experience Experience is the opportunity to learn by doing. An offeror�s experience is relevant when it has been confronted with the kinds of challenges that it will likely face under the contract contemplated by this RFQ. This evaluation will consider the breadth, depth and relevance of the offeror�s Organizational Experience performed since 22 July 2017 in key areas of the SOW (specified below). Relevance may include, but is not limited to, similarity of work contemplated under the RFQ with respect to complexity, length of performance, number of tasks, scope, type of work, and value. The RFQ instructs offerors to complete a prescribed matrix (RFQ-Attachment 3), which details experience in key areas from the SOW, by citing not more than three references. At least one reference will be from the prime offeror, and no more than one per subcontractor or consultant. Additionally, offerors are instructed to complete a Reference Information Sheet (RFQ-Attachment 4) for each reference cited. Section 15 of the Reference Information Sheet requires offerors to provide a summary description of contract work, not to exceed three (3) additional single sided pages per reference. Offerors will be evaluated on the extent to which the offeror has demonstrated relevant experience in the following SOW key areas: 3.2.2. Project Management Foundations Course of Instruction 3.2.3. Project Controller Course of Instruction 3.2.4. Advanced Planning Project Management Professional Certification Course of Instruction 3.2.5. Program Management Professional Course of Instruction 3.2.6. Advanced Project Management Course of Instruction Factor II. Technical Approach The Government will evaluate the offeror�s plan and approach in meeting the two (2) key areas as detailed above. The Government will evaluate the offeror�s Factor II Technical Approach to determine the degree to which the offeror demonstrates how it will meet or exceed the requirements of the Statement of Work (SOW) and the solicitation. A combined technical/risk rating will be assessed on Factor II based on the offeror�s plan and approach in performing two (2) key areas, General Requirements and Course of Instruction Requirements. Note: Any offer rated an �Unacceptable� under Factors I or II may be determined to be ineligible for contract award. Factor III. Price The offer will be evaluated based on the total firm-fixed-price of CLINs 0001 through 3010. The Government will evaluate the total price to determine if it is fair and reasonable. Basis For Award: This procurement will use the Best Value � Trade-off source selection methodology. All technical (non-price) evaluation factors are listed in descending order of importance: Factor I: Organizational Experience Factor II: Technical Approach All technical (non-price) evaluation factors, when combined, are more important than price. Questions Questions regarding this solicitation are to be submitted to the Southwest Regional Maintenance Center, Code 410B via email to Lisa DeBolt (lisa.debolt@navy.mil) and �Laura Lindsay laura.k.lindsay@navy.mil.� Please use reference No. N5523620Q0101. All questions regarding this solicitation must be received before 15 July 2020 at 11:00 AM, Pacific Time. Proposal Submission This solicitation closes on 20�July 2020 at 11:00 AM, Pacific Time. Offers must be emailed to Lisa DeBolt (lisa.debolt@navy.mil) and Laura Lindsay laura.k.lindsay@navy.mil.�� Submissions received after the solicitation close date and time will not be accepted by the Government. Please note that this RFQ will be amended on beta.SAM to add Attachment 2 (CDRLS). The points of contacts for this solicitation are Lisa DeBolt (lisa.debolt@navy.mil) and Laura Lindsay laura.k.lindsay@navy.mil.� Please include RFQ# N5523620Q0101 on all inquiries. Questions may be addressed afterward at the discretion of the Government. No telephone questions will be entertained. FAR 52.212-4 - Contract Terms and Conditions � Commercial Items Applicable Provisions and Clauses: The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract (FAR 52.212-3). Information can be found at https://www.sam.gov/. Complete SAM registration means a registered DUNS and CAGE Code. Lack of registration in the SAM database will make an offeror ineligible for award. FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items� Offerors shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award (SAM) Website located at http://www/sam.gov/ (only complete and return if there are changes to current SAM Registration.� If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete).� Combined Synopsis/Solicitation Attachments/Exhibit are as follows: Attachment 1: Statement of Work (SOW) Attachment 2: Contract Data Requirements List (CDRL) Attachment 3: Organizational Matrix Attachment 4: Reference Information Sheet (RIS) Attachment 5: Pricing Structure Attachment 6:� NAVSEA Provisions and Clauses by full text This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2020-06 (Effective 05 June 2020) and DFARS Publication Notice 20200605. The full text FAR and DFAR references may be accessed from https://acquisition.gov. Standard Commercial Warranties apply.� Additional contract clauses may apply in the Terms and Conditions of the award and contractually binding at the time of award. It is the responsibility of the offeror to be familiar with the applicable clauses and provisions.� In accordance with 52.252-1, Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at https://acquistion.gov/far/. (a) The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.209-7, Information Regarding Responsibility Matters; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and Certifications�Commercial Items; 52.217-5, Evaluation of Options; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.225-7031, Secondary Arab Boycott of Israel; 252.239-7009, Representation of Use of Cloud Computing. (b) FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this Acquisition The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6 and Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab (July 2018) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-13, Notice of Set-Aside of Orders; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements; 52.222-54, Employment Eligibility Verification; 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer�System for Award Management; 52.233-3, Protest After Award (Aug. 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct. 2004); 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; and 52.239-1, Privacy or Security Safeguards. (c) The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-12, Limitations on Payments to Influence Certain Federal Transactions; 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.217-9, Option to Extend Services; 52.228-5, Insurance -- Work on a Government Installation; 52.232-23, Assignment of Claims; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.242-17, Government Delay of Work; 52.246-4, Inspection of Services -- Fixed-Price; 52.247-34, F.O.B. � Destination; 252.201-7000, Contracting Officer�s Representative (Dec 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sept. 2013) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.204-7003, Control of Government Work Product (Apr. 1992) 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018) 252.225-7001, Buy American and Balance of Payments Program; 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.225-7048, Export Controlled Items (June 2013) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services; 252.239-7018 Supply Chain Risk; 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; 252.247-7023, Transportation of Supplies by Sea. (d) The following NAVSEA PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase order. �(RFQ-Attachment 6), C-202-H001 Additional Definitions � Basic (OCT 2018) F-242-H001 Contractor Notice Regarding Late Delivery (OCT 2018) G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (JUN 2018) G-242-H001 Government Contract Administration Points of Contact and Responsibilities (OCT 2018) L-209-H009 Notification of Potential Organizational Conflict(s) of Interest (NAVSEA) (DEC 2018)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/763abb7967964156a55136e5dcf41b1a/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN05723450-F 20200718/200716230159 (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.