Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
SOLICITATION NOTICE

U -- HVAC TRAINING

Notice Date
6/25/2024 9:11:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524Q2510
 
Response Due
7/9/2024 11:00:00 AM
 
Archive Date
07/24/2024
 
Point of Contact
Darlene H. Tucker, Phone: 7573410093
 
E-Mail Address
darlene.h.tucker.civ@us.navy.mil
(darlene.h.tucker.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation N4008524Q2510 Amendment 0001 is issued to incorporate Statement Work Statement for HVAC Training and delete SOW HVAC Training. In addition, this Amendment extends the Proposal Due Date (PPD) from Tuesday, 02 July 2024 to Tuesday, 09 July 2024 at 2:00PM EST. (See Continuation Page) All other terms and conditions remain the same. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR subpart 5.1 and 5.2, FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice.� The 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 www.sam.gov.� The solicitation number is N4008524Q2510 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05, effective May 25, 2024. 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 https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 611710 and the Small Business Standard is $24.0 million. This requirement is being procured as a 100% small business set-aside. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MID-LANT), Norfolk, Virginia requests responses from qualified sources capable of providing all educational services, instructors, and reference materials approved by Virginia�s State Department of Professional and Occupational Regulation (DPOR) at the following locations:� Norfolk, VA; Kittery, ME; Newport, RI; Great Lakes, IL, Crane, IN, Philadelphia, PA, and Colts Neck, NJ. See attached Statement of Work for additional information. This procurement will be issued as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract for non-recurring services. The proposed contract action is for commercial supplies/services for which the Government for all labor, management, supervision, tools, material, and equipment required to perform HVAC Training, trade-based formalized training and education that may be customized for the needs of the government. The Contractor will provide all educational services, instructors, and reference materials to provide training approved by Virginia�s State Department of Professional and Occupational Regulation (DPOR). Courses required but not limited to: � HVAC Fundamentals Controls � HVAC Advanced Controls � ELECTRICAL Fundamentals Controls � ELECTRICAL Advance Controls � HVAC - fundamentals AC/R Class � HVAC - International Mechanical Code and Application � HVAC & PLUMBING - International Fuel Gas Code and Application � Electrical - NEC Electrical Code and Application Period of Performance: The contract will consists of one Base Year with two option year periods.� Performance period will commence on 01 October 2024 through and including 30 September 2027. The total contract period of performance will not exceed thirty-six months. Attachments: Please refer to the following attachment for additional information: I. Statement of Work The following FAR provisions and clauses are applicable to this procurement:� 52.204-7, System for Award Management (Oct 2018) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 52.204-13, SAM Maintenance (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-21, Basic Safeguarding of Covered Contractor Information (Nov 2021) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Dec 2023) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26, Covered Telecommunications Equipment or Services-representation (Oct 2020) 52.204-27, Prohibition on a ByteDance Covered Application (June 2023) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.212-1, Instructions to Offerors - Commercial Items; (Sep 2023) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items; (Sep 2023) 52.212-4, Contract Terms and Conditions - Commercial Items; (Dec 2022) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � (Dec 2023) 52.216-19, Order Limitations (Oct 1995) 52.216-22, Indefinite Quantity (Oct 1995) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) Commercial Items including� 52.219-28, Post Award Small Business Program Representation (Sep 2023) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor �Cooperation with Authorities and Remedies (Dec 2022) 52.222-21, Prohibition of Segregated Facilities (April 2015) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers w/ Disabilities (June 2020) 52.222-41, Service Contract Labor Standards (Aug 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55, Minimum Wage for Contractor Workers Under Executive Order 14026 (Jan 2022) 52.222-50, Combatting Trafficking in Person (Nov 2021) 52.223-16, Acquisition of EPEAT-Registered Personal Computer Products (Oct 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (June 2020) 52.225-1, Buy American�Supplies (Oct 2022) 52.225-13, Restriction on Foreign Purchases (Feb 2021) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-33, Payment by Electronic Funds Transfer � SAM (Oct 2018) 52.232-39, Unenforceability of Unauthorized Obligations (June 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-3, Protest After Awards (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb 1998) Vendors 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 Related to Compensation of Former DOD Officials (Sep 2011) 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Dec 2022) 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Sep 2022) 252.204-7003, Control of Government Personnel Work Products (Sep 2022) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services � Representation (May 2021) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunication Equipment or Services (Jan 2023) 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements (Mar 2022) 252.204-7020, NIST SP 800-171 DOD Assessment Requirements (Jan 2023) 252.211-7003, Item Identification & Valuation (Jan 2023) 252.211-7008, Use of Government- Assigned Serial Numbers (Sep 2010) 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008, Prohibition of Hexavalent Chromium (Jan 2023) 252.225-7001, Buy American Act & Balance of Payments Program (Jan 2023) 252.225-7002, Qualifying Country Sources as Subcontractors (Mar 2022) 252.225-7048, Export-Controlled Items (June 2013) 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (June 2023) 252.232-7003, Electronic Submission of Payment Request (Dec 2018) 252.232-7006, Wide Are Workflow Payment Instructions (Jan 2023) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.232-7017, Reserved 252.239-7009, Representation of Use of Cloud Computing (Sep 2015) 252.239-7010, Cloud Computing Services (Jan 2023) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jan 2023) 252.246-7008, Sources of Electronic Parts (Jan 2023) 252.247-7023, Transportation of Supplies by Sea (Jan 2023) This announcement will close at 2:00pm Eastern Standard Time on 02 July 2024. The POC is Darlene H. Tucker, who can be reached at 757-341-0093, or email darlene.h.tucker.civ@us.navy.mil. �� 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/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e45521a34db44fc4928427ff70f37b24/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07107014-F 20240627/240625230115 (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.