Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOLICITATION NOTICE

U -- Pragmatic Institute Professional Training (VA-21-00018188)

Notice Date
12/8/2020 11:23:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X21Q0038
 
Response Due
12/21/2020 7:00:00 AM
 
Archive Date
01/05/2021
 
Point of Contact
Sandra Martz, Contract Specialist, Phone: 240-215-1662
 
E-Mail Address
sandra.martz@va.gov
(sandra.martz@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C10X21Q0038 Page 1 of Page 2 of 51 Page 1 of 36C10X21Q0038 Page 1 of Page 51 of 51 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C10X21Q0038 Posted Date: 12/8/2020 Original Response Date: 12/21/2020 Current Response Date: 12/20/2020 Product or Service Code: U012 Set Aside: SDVOSB NAICS Code: 611430 Contracting Office Address Strategic Acquisition Center - Frederick Department of Veterans Affairs 5202 Presidents Court, Suite 103 Frederick, MD 21703 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular The associated North American Industrial Classification System (NAICS) code for this procurement is 611430, with a small business size standard of $12 Million. The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Information Technology Operations (ITOPS), Infrastructure Operations (IO) is seeking to purchase Virtual instructor led training course from the Pragmatic Institute. All interested companies shall provide quotation(s), for the following: Services Line Item Description Quantity Unit Price Total Price 0001 Virtual Instructor led training course: PRAGMATIC INSTITUE: FOCUS COURSE (15 ATTENDEES) 1 0002 Virtual Instructor led training course: PRAGMATIC INSTITUE: FOUNDATIONS COURSE (15 ATTENDEES) 1 0003 Virtual Instructor led training course: PRAGMATIC INSTITUE: BUILD COURSE (15 ATTENDEES) 1 0004 Virtual Instructor led training course: PRAGMATIC INSTITUE: MARKET COURSE (15 ATTENDEES) 1 Services The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Information Technology Operations (IOTOPS), Infrastructure Operations (IO), requires the procurement of four (4) virtual instructor led training courses with a maximum of 15 seats per course. The courses required are Pragmatic Focus, Pragmatic Foundations, Pragmatic Build, and Pragmatic Market. The instructor will provide Pragmatic Institute Course virtual led training which will allow IO staff members to obtain the Pragmatic Institute certification of Product Manager and will enable these staff members to train and implement new innovative techniques learned throughout OI&T. The Pragmatic Institute Training Certifications are required. NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS (SECTION 508) On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. SECTION 508 INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request.  Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation and Services Requirements COMPATABILITY WITH ASSISTIVE TECHNOLOGY The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. ACCEPTANCE AND ACCEPTANCE TESTING Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. Place of Performance Address: Virtual from contractor's location Postal Code Country: UNITED STATES Award shall be made to the offeror, whose proposal, ""offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor ""meeting or exceeding the requirement, (2) past performance, and (3) price.  [Note: If using FAR 52.212-2, Evaluation Commercial Items, explain the specific evaluation criteria to be included in paragraph (a) of that provision.] Technical capability is more important than price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items June 2020] FAR 52.212-2, Evaluation Commercial Items October 2014 FAR 52.212-3, Offerors Representations and Certifications Commercial Items November 2020 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders November 2020 The following subparagraphs of FAR 52.212-5 are applicable:   The following subparagraphs of FAR 52.212-5 are applicable:  (a) 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:   (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).       (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)       (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).       (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)).    (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:    [  ] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).   [  ] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)).   [  ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)   [X] (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).   [  ] (5) [Reserved]   [  ] (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (PUB. L. 111-117, section 743 OF DIV. C).    [  ] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C).   [X] (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note).   [  ] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313  [  ] (10) [Reserved]  [  ] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).            [  ] (ii) Alternate I (NOV 2011) of 52.219-3   [  ] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).          [  ]  (ii) Alternate I (JAN 2011) of 52.219-4                 [  ] (13) [Reserved]   [  ] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).         [  ](ii) Alternate I (NOV 2011) of 52.219-6.        [  ](iii) Alternate II (NOV 2011) of 52.219-6.  [  ] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).         [  ] (ii) Alternate I (OCT 1995) of 52.219-7.        [  ](iii) Alternate II (MAR 2004) of 52.219-7.  [  ] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)).   [  ] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)).         [  ](ii) Alternate I (NOV 2016) of 52.219-9.         [  ](iii) Alternate II (NOV 2016) of 52.219-9.      [  ](iv) Alternate III (NOV 2016) of 52.219-9.        [  ](v) Alternate IV (NOV 2016) of 52.219-9.   [  ] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).   [  ] (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). [  ] (20) 52.219-16, Liquidated Damages Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).    [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f).   [X] (22) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)).   [  ] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m))   [  ] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m))   [X] (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755  [  ] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126).   [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).   [X] (28) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).  [  ] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).   [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).   [  ] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).  [  ] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)   [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).         __ (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).   [  ] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)   [  ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)         [  ] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)   [  ] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).  [  ] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).   [  ] (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O. 13423 and 13514).         [  ] (ii) Alternate I (OCT 2015) of 52.223-13.   [  ] (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O. 13423 and 13514).        [  ] (ii) Alternate I (JUN 2014) of 52.223-14   [  ] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).   [  ]  (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).         [  ] (ii) Alternate I (JUN 2014) of 52.223-16  [X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513)   [  ] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).   [  ] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).   [  ] (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).   (ii) Alternate I (JAN 2017) of 52.224-3  [] (46) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83).   [X] (47)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112  note, 19 U.S.C. 3805  note, 19 U.S.C. 4001  note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).           [  ] (ii) Alternate I (MAY 2014) of 52.225-3          [  ] (iii) Alternate II (MAY 2014) of 52.225-3.           [X] (iii) Alternate III (MAY 2014) of 52.225-3.   [  ] (48) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).   [X] (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O .s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).   [  ] (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note)  [  ] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150)   [  ] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150)  [  ] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).   [  ] (54) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f).   [X] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (31 U.S.C. 3332)  [  ] (56) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (31 U.S.C. 3332).   [  ] (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).  [  ] (58) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C.552a).  [  ] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(12)).   [  ] (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C.2631        [  ] (ii) Alternate I (APR 2003) of 52.247-64.    (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:    [  ] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).  [X] (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).  [  ] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).  [  ] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).  [  ] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).  [X] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).  [  ] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).  [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).  [X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).  [  ] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).    The Following Clauses are incorporated by reference:  FAR 52.222-48 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT -- CERTIFICATION  VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)  VAAR 852.219-74  LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)    All Offerors shall submit the following: One (1) quote  All quotes shall be sent to the Contracting Officer, Todd Synder, at Todd.Synder@va.gov, and the Contract Specialist, Sandra Martz, at Sandra.martz@va.gov   This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:  ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.""  OR  ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:""    Offeror shall list exception(s) and rationale for the exception(s).    Submission shall be received not later than 10am ET on Monday, December 21, 2020 via email to Todd Synder (Todd.Synder@va.gov) and Sandra Martz (Sandra.martz@va.gov)    Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Todd Synder (Todd.Synder@va.gov) and Sandra Martz (Sandra.martz@va.gov)  no later than 2pm ET, Monday, December 14, 2020.    Point of Contact  Contracting Officer: Todd Synder, Todd.Synder@va.gov     Contract Specialist: Sandra Martz, Sandra.martz@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3062ccc8eb264c01aac5408594aff6f8/view)
 
Record
SN05868923-F 20201210/201208230140 (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.