SOLICITATION NOTICE
U -- NSF Tactical Training
- Notice Date
- 2/17/2022 9:30:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904022Q0034
- Response Due
- 2/22/2022 8:59:00 PM
- Archive Date
- 03/09/2022
- Point of Contact
- Brittney Meurrens, Phone: 2079940506
- E-Mail Address
-
brittney.meurrens@navy.mil
(brittney.meurrens@navy.mil)
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, using Simplified Acquisition Procedures, 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 sam.gov. The RFQ number is N3904022Q0034. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-002 and DFARS Change Notice 2021-1230. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 611699 and the Small Business Standard is $12 Million. This is a competitive solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Tactical training services with qualified instructors and off-site facility located within 25 driving miles of Portsmouth Naval Shipyard (PNSY), Kittery, Maine 03904 in accordance with Attachment 2, Performance Work Statement (PWS). Period of Performance is 3/01/2022 to 9/30/2022 for eight (8) sessions. An option period of two (2) additional sessions over a Period of Performance of 10/01/2022 to 12/01/2022 may be exercised. Service Contract Act (SCA) Wage Determination Rates Apply. Attachment Table of Contents 22Q0034_Attachment 1_RFQ Sheet 22Q0034_Attachment 2_Performance Work Statement CLAUSES Responsibility and Inspection:� unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions, (https://www.acquisition.gov/browse/index/far), and clauses are applicable to this procurement:� 52.203-18� ���Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or �����Statements �Representation 52.203-19� ���Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 ������ System for Award Management 52.204-10 ����Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 ���� System for Award Management Maintenance 52.204-16 ���� Commercial and Government Entity Code Reporting 52.204-17 ���� Ownership or Control of Offeror 52.204-18 ���� Commercial and Government Entity Code Maintenance 52.204-19 ���� Incorporation by Reference of Representations and Certifications. 52.204-20 ���� Predecessor of Offeror 52.204-21 ���� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ���� Alternative Line Item Proposal 52.204-23�� ��Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky ��������������� Lab and Other Covered Entities 52.204-24���� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25� ��� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or ����������� Equipment 52.209-1������ Qualification Requirements FEB 1995 52.209-2 ������ Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 ������Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10�� ��Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 ���� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ���� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ���� Defense Priority And Allocation Requirements 52.212-1 ������ Instructions to Offerors--Commercial Items 52.212-2 ������ Evaluation--Commercial Items 52.212-3 ������ 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 52.219-1 ������ Small Business Program Representations 52.219-4���� ��Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 ���� Post-Award Small Business Program Representation 52.222-3 ������ Convict Labor 52.222-19 ���� Child Labor -- Cooperation with Authorities and Remedies 52.222-21 ���� Prohibition Of Segregated Facilities 52.222-26 ���� Equal Opportunity 52.222-36 ���� Equal Opportunity for Workers with Disabilities 52.222-41 ���� Service Contract Labor Standards 52.222-42 ���� Statement Of Equivalent Rates For Federal Hires 52.222-43 ����Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year ��������������������� and Option Contracts) 52.222-50 ���� Combating Trafficking in Persons 52.222-55 ���� Minimum Wages Under Executive Order 13658 52.222-62� ���Paid Sick Leave Under Executive Order 13706 52.223-18 ���� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-5 ������ Pollution Prevention and Right-to-Know Information 52.225-13 ���� Restrictions on Certain Foreign Purchases 52.225-25 ���� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-33 ���� Payment by Electronic Funds Transfer--System for Award Management 52.232-36 ���� Payment by Third Party 52.232-39 ���� Unenforceability of Unauthorized Obligations 52.232-40 ���� Providing Accelerated Payments to Small Business Subcontractors 52.233-1������ Disputes����� MAY 2014 52.233-3 ������ Protest After Award 52.233-4 ������ Applicable Law for Breach of Contract Claim 52.237-2 ������ Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 ���� Stop-Work Order 52.242-17 ���� Government Delay of Work 52.243-1 ���� ALT I������������� Changes�Fixed Price--Alternate I����������� APR 1984 52.246-4������� Inspection of Services-Fixed-Price 52.247-34 ���� F.O.B. Destination 52.252-1 ������ Solicitation Provisions Incorporated By Reference 52.252-2 ������ Clauses Incorporated By Reference 52.252-6������� Authorized Deviations In Clauses 52.217-9�� Option to Extend the Term of the Contract (Mar 2000) (a)�The Government may extend the term of this contract by written notice to the Contractor within�fifteen (15) days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�thirty (30) Days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)�If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)�The total duration of this contract, including the exercise of any options under this clause, shall not exceed�ten (10) months. The local clauses can be sent upon request. C-202-H001 ADDITIONAL DEFINITIONS--BASIC� (NAVSEA) (OCT 2018) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019) C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-247-H002 PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. Additional DFARS, (https://www.acq.osd.mil/DPAP/dars/dfarspgi/current/index.html) contract terms and conditions applicable to this procurement are:� 252.203-7000 ��� Requirements Relating to Compensation of Former DoD Officials 252.203-7002 ��� Requirement to Inform Employees of Whistleblower Rights 252.203-7005 ��� Representation Relating to Compensation of Former DoD Officials 252.204-7003 ��� Control Of Government Personnel Work Product 252.204-7008 ��� Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 ��� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 ��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 ��� Notice of Authorized Disclosure of Information for Litigation Support P 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. P 252.215-7013� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium P 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 ��� Export-Controlled Items 252.231-7000��� Supplemental Cost Principles 252.232-7010 ��� Levies on Contract Payments 252.232-7017� Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.237-7010 ��� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 ��� Pricing of Contract Modifications. 252.244-7000 ��� Subcontracts for Commercial Items 252.247-7023 ��� Transportation of Supplies by Sea Billing (G): 252.204-7006 ��� Billing Instructions 252.232-7003 ��� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 ��� Wide Area WorkFlow Payment Instructions GENERAL In addition to FAR 52.212-1, Instructions to Offerors--Commercial Items and any other instructions contained elsewhere in this solicitation, the following information is provided: Vendors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factor and elements of evaluation factor. Failure to meet a requirement may result in an offer being ineligible for award. If the Vendor finds it necessary to take exception to any of the requirements specified in the solicitation, the Vendor shall clearly identify where it is addressed in its submission and provide a complete explanation of why the exception was taken, what benefit (if any) accrues to the Government, and its impact (if any) on the performance, schedule, cost and specific requirements of the solicitation. Each exception shall clearly identify the specific paragraph and/or part of the solicitation to which the exception is taken.� Important Notes: Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation. Please review all specifications carefully, and make note of design requirements, and all base access requirements. Please also note payment terms and the primary point of contact in the quotation. MUST include instructor profiles or resumes that demonstrate the vendor meets all requirements MUST include supporting documentation that demonstrates the facility meets all requirements��� Initial submissions and any modifications thereto are to be submitted to the Contracting Office on or before the closing date and time. Deadline for receipt of submissions is 11:59 PM ET local time on 22 February 2022. II. CONTENT OF QUOTE Vendors� quotes shall comply with the requirements outlined below and incorporated herein. Completed and Signed RFQ Sheet, Attachment 1. Signed Copies Acknowledging Amendments, if applicable System for Award Management (SAM): Vendors 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/ A point of contact, name, email address, phone/FAX number, CAGE Code Representations and Certifications completed by the vendor in accordance with instructions contained elsewhere in this solicitation. Note, If the vendor has completed all of the representations and certifications required by this solicitation in SAM.gov in accordance with FAR 52.204-8, then the vendor need not submit the hardcopy Representations and Certifications. Technical Acceptability Submission as noted below. Factor 1, Technical Acceptability Submission.� Vendors shall demonstrate their Technical Acceptability by providing the information required under the following two elements: (i) Experience and (ii) Adherence to Schedule� Experience: Vendors shall submit instructor profiles or resumes that demonstrate the vendor meets all requirements of the Performance Work Statement, Attachment 2. Vendors shall submit supporting documentation that demonstrates their facility meets all requirements of the Performance Work Statement, Attachment 2. Adherence to Schedule: Potential vendors in their submissions shall identify their capability to meet to period of performance of the base and option: Base: 3/01/2022-9/30/2022 Option: 10/01/2022-12/01/2022. Factor 2, Price. Vendors shall provide total price for each line item on Attachment 1 and pricing breakdown which includes labor rates, labor hours, and materials. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. III.� EVALUATION Addenda To FAR 52.212-2� �EVALUATION--COMMERCIAL ITEMS� (OCT 2014) The Government intends to solicit, evaluate and award contracts resulting from this solicitation using the policies and procedures in FAR Subpart Part 12.6 and FAR Part 13.� The contract will be awarded to the vendor with the Lowest Price Technically Acceptable (LPTA). The factors and associated elements have been chosen to support meaningful discrimination between and among competing proposals. As demonstrated in their submissions, prospective Vendors shall be evaluated in terms of their ability to meet or exceed the program�s requirements stated in the PWS. The Vendor�s quotation shall demonstrate a clear understanding of the nature and scope of the work specified in the PWS. Failure to provide a complete quotation shall reflect a lack of capability to perform the work requirements and may result in a determination that the Vendor�s quotation is unacceptable. Quotations received for less than the entire requirement will not be eligible for award. Quotes will be evaluated based on the following criteria: Technical Acceptability (Must meet specifications and document capabilities) The Technical Acceptability factor will be rated at the Factor level using the adjectival definitions below.� The individual elements will not be rated, but the Government�s evaluation of the elements, individually or collectively, will affect whether a quotation is rated Acceptable or Unacceptable. Experience is a Technical Acceptability element. Please provide documentation demonstrating your capabilities in fulfilling the PWS as outlined above under Factor 1, Technical Acceptability Submission. Adherence to Schedule is a Technical Acceptability element. Potential vendors in their submissions shall identify their capability to meet to period of performance of the base and option: Base: 3/01/2022-9/30/2022 Option: 10/01/2022-12/01/2022. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as �Unacceptable� and will no longer be considered for further competition or award. - Price (Lowest Price Technically Acceptable, after adherence to Technical Acceptability) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. System for Award Management (SAM): Vendors 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/. This announcement will close at 11:59 PM ET local time on 22 February 2022. COMMUNICATION WITH PORTSMOUTH NAVAL SHIPYARD (PNS) RFQ information and amendments will be made available through the Internet via Government Point of Entry (GPE) SAM.gov which can be accessed at https://SAM.gov/. SAM.gov lists Business Opportunities for several naval activities including Portsmouth Naval Shipyard. Solicitations issued by the Shipyard can be found under command/site N39040.� During this solicitation phase the cognizant PNS Contract Specialist can be contacted at email address: ��������������� brittney.meurrens@navy.mil PNS will make the RFQ and amendments available electronically on the internet, submissions in response to this RFQ WILL be accepted via electronic transmission.� Only quotations with signatures submitted in accordance with FAR 52.212-1, Instructions to Offerors � Commercial Items, of this combined synopsis/solicitation will be accepted. Potential Offerors will not automatically receive amendments to this solicitation and must check the sam.gov website periodically to obtain any amendments.� At a minimum, it is recommended that Offerors check on a weekly basis.� Potential Offerors who access the RFQ via the internet are encouraged to submit the following information to the PNS Contract Specialist: ��������������� Company Name (including CAGE and D&B number) ��������������� Point of Contact (including email address) ��������������� Postal address ��������������� Payment Discount Terms ��������������� Preferred Payment Method: Wide Area Workflow (WAWF) or Government Commercial Purchase Card (GCPC) Questions regarding this solicitation shall be submitted no later than 11:59 PM ET local time on 22 February 2022 for government review and response. All questions shall be emailed to Brittney Meurrens at brittney.meurrens@navy.mil. Oral communications are not acceptable in response to this notice. METHOD OF QUOTE SUBMISSION� Quotes shall be emailed to Brittney Meurrens brittney.meurrens@navy.mil. The quote shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, business size under NAICS Code 611699, and payment terms. Quotes shall contain the completed RFQ Sheet (Attachment 1). The response must clearly indicate the capability of the vendor to meet all specifications and requirements. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/. -End of Combined Synopsis/Solicitation-
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a828dd20660240bb8e729d7be6d969db/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN06245761-F 20220219/220217230102 (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 |