Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
SOLICITATION NOTICE

U -- TIO CTS

Notice Date
12/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-13-R-0001
 
Archive Date
1/12/2013
 
Point of Contact
Natalie J. Rodriguez, Phone: 6195372229, Dapheny Glover,
 
E-Mail Address
natalie.rodriguez@navsoc.socom.mil, dapheny.glover@navsoc.socom.mil
(natalie.rodriguez@navsoc.socom.mil, dapheny.glover@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Request for Proposal (RFP) H92240-13-R-0001 is issued as an unrestricted purchase. The applicable North American Industry Classification System (NAICS) code is 611699 All Other Miscellaneous Schools and Instruction. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63 (Effective on 10 Dec 2012). The subject RFP is for the Tactical Information Operations- Critical Technical Skills (TIO-CTS) course. CLIN Structure includes: curriculum, training course, facilities and deliverables. The SOW is classified. Interested Vendors shall have SECRET facility and SECRET safeguarding and/ or ability to receive electronic copy of solicitation package via access to SIPR/ SIPR email account. Vendors who do not have access to SIPR accounts (with SECRET facility clearance) are able to request an appointment to review the solicitation package in person in San Diego, CA prior to December 24 at 1430 PST. Interested vendors shall provide cage code information to the primary and secondary POC so they may verify the Facility and Safeguarding information for your company through the Defense Security Services (DSS). Once the security clearance is validated, the solicitation package will be released to your company for review. Questions are due by December 26 at 1330 PST. Responses to questions received after that are not guaranteed to be answered prior to proposal submission due date. Proposals are due December 28 at 1330 PST. Submit to Natalie.Rodriguez@navsoc.socom.mil and Dapheny.Glover@navsoc.socom.mil. APPLICABLE PROVISIONS AND CLAUSES: The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-2 Security Requirements (Aug 1996) 52.204-99 System for Award Management Registration (DEV) (Aug 2012) 52.212-1 Instructions to Offerors Commercial Items (Feb 2012) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Apr 2012) 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2012). 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEV) (Aug 2012) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviation in Clauses (Apr 1984) The following clauses incorporated in 52.212-5 are also applicable: 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) 52.204-10 Reporting of Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6 Protecting the Government's Interest when subcontracting with contractors debarred, suspended, or proposed for Debarment (Dec 2010) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.219-9 Small Business Subcontracting Plan (Jan 2011) 52.219-16 Liquidated Damages (Jan 1999) 52.219-28 Post Award Small Business Program Representation (Apr 2012) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) 52.222-41 Service Contract Act of 1965 (July 2005) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Jun 2012) 252.215-7008 Only One Offer (Jun 2012) 252.225-7000 Buy American Act Balance of Payments Program Certificate (Jun 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (Jun 2012) 252.227-7015 Technical Data- Commercial Items (Nov 1995) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2012) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) The following SOFAR clauses apply to this acquisition: 5652.201-9002 Authorized Changes by the Contracting Officer (2005) 5652.204-9003 Disclosure of Unclassified Information (2007) 5252.239-9000 Privacy or Security Safeguards (2000)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-13-R-0001/listing.html)
 
Place of Performance
Address: Contractor's proposed location, United States
 
Record
SN02951741-W 20121221/121219234252-633fc40006bc170b3df67aacffb3966e (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.