United States - U--Training Course Services for Naval Chaplaincy School and Center in Newport, RI

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
18 July 2019
Opportunity publication date
11 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 10, 2019 4:56 pm

Training Course Services for Naval Chaplaincy School and Center in Newport, RI

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 solicitation number is N68836-19-Q-0230 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-01. The small business standard for the associated NAICS code is 611430 with a size standard of $11M.

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC), Jacksonville, Florida is soliciting quotes of companies to provide services for Training Course Services for Naval Chaplaincy School and Center (NCSC). The Contractor shall develop and deliver three (3) days of training (7 hrs. per day) on “Analysis and Command Advisement in Professional Naval Chaplaincy”. The required training services shall include curriculum development, relevant training support materials, curriculum validation, and curriculum implementation.

Offerors shall provide proposed price for each Contract Line Item Number (CLIN) and grand total for all CLINs:

0001 Course Development 1 EA

0002 Course Instruction 12 EA

The period of performance (POP) for this requirement is for one year.

The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions incorporated by reference apply to this combined synopsis/solicitation:

52.202-1 Definitions; 52.203-3 Gratuities; 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-4 Printed or copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7 System For Award Management; 52.204-9 Personal Identity Verification of Contractor Personnel; 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; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-4 Contract Terms And Conditions -- Commercial Items; 52.223-5 Pollution Prevention and Right to Know Information; 52.229-3 Federal, State, and Local Taxes; 52.232-39 Unenforceability Of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 252.201-7000 Contracting Officers Representative; 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; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alternate A, System For Award Management; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.204-7015 Disclosure Of Information To Litigation Support Contractors; 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country; 252.219-7012 Competition for Religious Related Services; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts); 252.247-7023 Transportation Of Supplies By Sea

The following contract supplemental text (SUPTXT), FAR, and DFARS clauses and provisions incorporated by full text apply to this combined synopsis/solicitation (see attachment):

SUPTXT243-9400(1-92) Authorized Changes Only By The Contracting Officer; Freedom of Information Act (FOIA); 52.212-2 Evaluation -- Commercial Items; Addendum to 52.212-2 Evaluation Factors For Award 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items; 52.219-28 Post-Award Small Business Program Re-representation; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.233-2 Service Of Protest; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 252.232-7006 Wide Area Workflow Payment Instructions

Only one award will be made under FAR Part 12 procedures.

The awarded contract will be of a Firm Fixed Price Single Award. Quotes are due NLT 12:00 p.m. Eastern Daylight Time (EDT), 18 July 2019.

The Contractor shall submit a signed quote by the solicitation closing that 1) provides resumes of employees; 2) provides similar contracts to show sufficient experience; 3) provide CAGE Code and DUNS Number for verification in SAM of 52.212-3 and the Representations and Certifications and 4) includes unit prices and total prices for all line items and sub line items for which the Navy is soliciting a price. Failure to submit all required documentation shall be considered as no responsive to the solicitation and the quote will not be considered for award.

The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance. Offerors will be required to submit a technical quote that will be evaluated IAW the PWS. The technical quote shall consist of the offeror’s technical capability of the services offered to meet the Government requirement. Procedures in FAR 13.106 are applicable to this procurement. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors (technical capability and past performance). Under this process, trade-offs between price and non-cost factors are not permitted. Instead, quotes are evaluated for acceptability but not ranked using the non-cost/price factors.

The Government will evaluate proposed prices for fairness and reasonableness using price analysis techniques.

Questions concerning this solicitation must be submitted NLT 12:00 p.m. EST, 15 July 2019 to reasonably expect a response from the Government. Questions not received within the prescribed time and date WILL NOT be considered.

The Government intends to award one contract as a result of this solicitation. As set forth in FAR 13.106-2, the Government intends to evaluate quotes in an efficient and minimally burdensome fashion. The offeror’s initial quote should contain the offeror’s best terms from a price and technical standpoint.

Send quotes via email to vanessa.d.compton@navy.mil Copies of FAR and DFARS clauses/provisions may be accessed via the internet at http://acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ respectively.

Opportunity closing date
18 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVSUP Fleet Logistics Center Jacksonville United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?