SOLICITATION NOTICE
U -- Virtual Training Subscription
- Notice Date
- 8/17/2020 4:18:05 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420Q4061
- Response Due
- 8/27/2020 12:00:00 AM
- Archive Date
- 09/11/2020
- Point of Contact
- Liane Villanueva 808-473-7942
- E-Mail Address
-
liane.villanueva@navy.mil
(liane.villanueva@navy.mil)
- Awardee
- null
- 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 under 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 Beta.SAM (https://beta.sam.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N0060420Q4061. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-08 and DFARS Publication Notice 20200605. 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 Standard is $12 Million. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing the following: CLIN 0001 � Qty: 1 Group � Annual training subscription for leadership/supervisor/professional development online training and seminars. The annual subscription must grant unlimited access to the Contractor�s online training catalog, and online seminars. Period of performance commences from the date of award for a period of 12 months. The method of payment will be Wide Area Work Flow (WAWF). This requirement will result in a Firm-Fixed Price (FFP) purchase order. Attachments: Attachment 1 � 52.212-3 Alt 1 Reps and Certs Attachment 2 � 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Questions regarding the solicitation: Questions shall be submitted electronically to liane.villanueva@navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ # N0060420Q4061 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 9:00 AM (Hawaii Standard Time) on 24 August 2020. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 1 � 52.212-3 Alt 1 Reps and Certs (if Reps and Certs are not current in SAM) and Attachment 2 � 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR Provisions and Clauses: The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1 Instructions to Offerors�Commercial Items 52.212-2 Evaluation�Commercial Items 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 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic Quotation Submittal Deadline: This announcement will close at 9:00 AM (Hawaii Standard Time) on 27 August 2020. Quotes shall be submitted electronically via email to Liane Villanueva, email liane.villanueva@navy.mil. Oral quotes will not accepted in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of quoter�s responsibility and the Lowest Price Technically Acceptable (LPTA) quote. Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical Requirements: To be determined Acceptable, the Quoter�s submission must meet the following requirements: � Available virtual training courses: Leadership development, interpersonal communication, administrative support, customer service, project management, human resources, safety/OSHA outreach, finance and accounting, social media marketing, Microsoft Excel and Office applications � Unlimited instructor-led live seminars and broadcasted webinars � Virtual classrooms, and Video Tele?Conference � 24/7 access to training library � Downloadable training materials. � Administrative functions such as configurable training path or programs, tracking features and assigning/scheduling features. � Available Certification Responsibility Determination: To be eligible for award of a purchase order hereunder, the quoter must be determined by the Government to be responsible in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government requests that readily available brochures or online resources be provided to assist the Government in evaluating the quoter�s program. A discount to the government is strongly encouraged. This requirement is unrestricted and will result in a Firm?Fixed Price purchase order. Please ensure your quote includes your DUNS and CAGE. The method of payment will be Wide Area Workflow (WAWF). Please review and return the attached FAR 52.212?3 Alt I and 52.204-24 with your quotation. Ensure your firm has completed your annual Representations and Certifications in System for Award Management (SAM) and no changes have been made on the date of your quotation. This requirement will be FOB Destination. Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter�s initial quotation should contain the Quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Government to be necessary. However, the Government will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter�s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. 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. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bfa374e890454feeb3750c6aa1a1acc4/view)
- Record
- SN05760820-F 20200819/200817230203 (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 |