Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2012 FBO #4030
DOCUMENT

U -- REVOLUTION R - Attachment

Notice Date
12/4/2012
 
Notice Type
Attachment
 
NAICS
611420 — Computer Training
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
Solicitation Number
N0060413T3024
 
Response Due
12/6/2012
 
Archive Date
12/7/2012
 
Point of Contact
JESSICA VICTOR 808-473-7614
 
E-Mail Address
JESSICA.VICTOR@NAVY.MIL
(JESSICA.VICTOR@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
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 for commercial items found at FAR 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-13-T-3024. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-62 and DFARS Change Notice 20121116. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 611420 and the Small Business Standard is $10,000,000.00 The proposed contract is 100% set aside for small business concerns. The NAVSUP FLEET LOGISTICS CENTER PEARL HARBOR requests responses from qualified sources capable of providing: The proposed contract action is for a brand name only. The brand name and model number of the product(s) are: CLIN 0001 “ R ON-SITE TRAINING TO INCLUDE ASSOCIATED TRAVEL COSTS FOR: 1) INTRO TO R 2) VISUALIZATION AND GRAPHICAL PROGRAMMING 3) INTRO TO R COMMANDER PLEASE SEE PERFORMANCE WORK STATEMENT ASSOCIATED TRAVEL COSTS SHALL NOT EXCEED THE CURRENT JOINT TRAVEL REGULATIONS (JTR) RATES. CLIN 0002 “ R SOFTWARE LICENSES, QUANTITY: 29 in accordance with FAR 5.102(a)(6), the required justification or documentation is attached. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Web Based Training." Section 508 Deliverable Requirements Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Web-based Training deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria Web Based Training delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Web based training delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Web-based Training outputs/deliverables should meet applicable accessibility requirements and should not adversely affect accessibility features of existing EIT technologies. Period of performance is December 10-21, 2012 Place of Performance will be Ford Island Training Support Detachment Hawaii, Building 39, Harbor End, Room 117. 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 provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its 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 including : 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6 -- Notice of Total Small Business Set-Aside. 52.219-28 “ Post-Award Small Business Program Rerepresentation 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 -- Affirmative Action for Workers With Disabilities. 52.223-18 “ Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-36 -- Payment by Third Party. 52.222-41 -- Service Contract Act of 1965. 52.222-42 -- Statement of Equivalent Rates for Federal Hires. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION PLEASE SEE SUPPORTED WAGE DETERMINATION WORKSHEET ATTACHED. Employee ClassMonetary WageFringe Benefits 29035, Computer Based Training (CBT) Specialist/InstructorGS-9$23.20 ; According to WD 05-2153 (Rev.-16) was first posted on www.wdol.gov on 06/19/2012 52.222-41 -- Service Contract Act of 1965. 52.232-18 -- Availability of Funds. 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. 52.247-34 FOB Destination 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 if representations and certifications are not posted in SAM. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7003 Control of Government Personnel Work Product. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.247-7023 Transportation of Supplies by Sea.ALT III 252.232-7010 Levies on Contract Payments. 5252.NS-046P Prospective Contractor Responsibility NPZ G7 Payment by Government Purchase Card This announcement will close at 15:00 (HST) on Thursday December 7, 2012. Contact Purchasing Agent, Jessica Victor who can be reached at 808-473-7614 or email Jessica.victor@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and a determination of responsibility, technically acceptable low bids, and past performance. 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 https://www.sam.gov/portal/public/SAM. 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 over 10 pages in total 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060413T3024/listing.html)
 
Document(s)
Attachment
 
File Name: N0060413T3024_1.09_Web-based-Training-GPAT.doc (https://www.neco.navy.mil/synopsis_file/N0060413T3024_1.09_Web-based-Training-GPAT.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0060413T3024_1.09_Web-based-Training-GPAT.doc

 
File Name: N0060413T3024_1.03_PERFORMANCE_WORK_STATEMENT.pdf (https://www.neco.navy.mil/synopsis_file/N0060413T3024_1.03_PERFORMANCE_WORK_STATEMENT.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0060413T3024_1.03_PERFORMANCE_WORK_STATEMENT.pdf

 
File Name: N0060413T3024_1.01_R3301113RCD0031_BRAND_NAME_JUSTIFICATION_Redacted.pdf (https://www.neco.navy.mil/synopsis_file/N0060413T3024_1.01_R3301113RCD0031_BRAND_NAME_JUSTIFICATION_Redacted.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0060413T3024_1.01_R3301113RCD0031_BRAND_NAME_JUSTIFICATION_Redacted.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ford Island Training Support Detachment Hawaii, Building 39, Harbor End, Room 117., JBPHH, HI
Zip Code: 96860
 
Record
SN02941592-W 20121206/121204234520-8b947e33ee285b21ffe1358d3a0be9f4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.