MODIFICATION
U -- The purpose of this modification is to add the Sole Source Justification. - Sole Source Justification
- Notice Date
- 8/13/2013
- Notice Type
- Modification/Amendment
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, CODE 200, 1968 GILBERT STREET, SUITE 600, NORFOLK, Virginia, 23511-3392, United States
- ZIP Code
- 23511-3392
- Solicitation Number
- N3830513RCBC645
- Archive Date
- 9/5/2013
- Point of Contact
- Jennifer L. Andrews, Phone: 7574431319
- E-Mail Address
-
jennifer.andrews@navy.mil
(jennifer.andrews@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Sole Source Justification This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 N3830513RCBC645. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69 and DFARS Change Notice 20130808. 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 611699 and the Small Business Standard is $10.0M. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet Logistics Center, Norfolk (FLCN) requests responses from qualified sources capable of providing: CLIN 0001 - Corrections Online Training Collaborative in accordance with the Performance Work Statement. Period of performance is 1 September 2013 - 30 August 2014 plus 4 one-year options; 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: CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration DEC 2012 52.204-13 Central Contractor Registration Maintenance DEC 2012 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Offeror Representations and Certification--Commercial Items DEC 2012 52.213-2 Invoices APR 1984 52.217-5 Evaluation Of Options JUL 1990 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.232-18 Availability Of Funds APR 1984 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration Alternate A MAY 2013 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JUNE 2013) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2013) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAY 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). This announcement will close at 0900 on 21 August 2013. Contact Jennifer Andrews who can be reached at 757-443-1319 or email jennifer.andrews@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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. Performance Work Statement Corrections Online Training Collaborative •1.0 SCOPE: The contractor shall provide a Web Based Program service endorsed by and partnered with the American Corrections Association, American Jail Association, and the American Probation and parole Association. •2.0 STATEMENT OF WORK •2.1 SPECIFIC TASKS The Contractor shall •a) Provide employees with a web based program identified as a cost effective staff training solution to the Naval Consolidated Brig Chesapeake, VA. •b) Provide a customized training site accessed through the Brigs own URL. This will include uploading the brigs logo and other standard templates. •c) Provide assistance in developing and assigning the Brig's organization-specific training curricula. •d) Provide assistance in setting up the organization hierarchy and assigning levels of permission for accessing the system with data being provided in the specific format. •e) Provide training for monitoring the progress, tracking and documentation of performance and completion of course by the user(s). •f) The contractor will abide by the professional and ethical standards of their company and the United States Navy. •g) The contractor shall provide on-site training as requested. •h) The contractor will refer any and all conflicts regarding the terms and conditions of the contract to the Contracting Officer. •3.0 SKILLS AND KNOWLEDGE REQUIRED FOR THE POSITION - The contractor will provide a qualified trainer to demonstrate the use of the Corrections Online Training Collaborative. •4.0 GUILDELINE & REFERENCES •4.1 SECNAVINST 1640.9 (series) •4.2 BUPERINST 1640.22 (series) •4.3 American Correction Association (ACAA) standards 4-4005 and 4-4108 •5.0 PERIOD OF PERFORMANCE •5.1 BASE YEAR (CLIN 0001) - 1 September 2013 - 30 August 2014 •5.2 OPTION YEAR 1 (CLIN 0002) - 1 September 2014 - 30 August 2015 •5.3 OPTION YEAR 2 (CLIN 0003) - 1 September 2015 - 30 August 2016 •5.4 OPTION YEAR 1 (CLIN 0004) - 1 September 2016 - 30 August 2017 •5.5 OPTION YEAR 1 (CLIN 0005) - 1 September 2017 - 30 August 2018 •6.0 OVERTIME - The contractor shall not charge overtime for any service rendered. •7.0 SECURITY CLEARANCE - Work under this contract is unclassified. The contractor shall comply with all applicable DoD security regulations and procedures during the performance of this contract. The contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act in the performance of this contract. The contractor will be required to provide clearance for personnel requiring access to the Northwest Annex, government computer(s) and workstations(s). •7.1 TRUSTWORTHINESS SECURITY - NAVY CONTRACT/TASK ORDERS Purpose: reference is hereby made to Navy awarded contracts requiring contractor access to Navy information systems, sensitive, unclassified information, or areas critical to the operations of the command. Although this contract is not classified and contractor employees are not required to obtain a National Agency Check (NAC) trustworthiness determination, the Department of the Navy (DON) has determined that all DON Information systems are sensitive regardless of whether the information is classified or unclassified. A contractor whose work involves access to sensitive unclassified information warrants a judgment of an employee's trustworthiness. Therefore, all personnel accessing DON computers systems must undergo a NAC to verify their trustworthiness. Also, commands will include Facilities Access Determination (FAD) program requirements in the contract specifications when trustworthiness determination will be required on the contractor employees. The following addresses those requirements for trustworthiness security: Each contractor employee shall have a favorably completed NAC. If contractor personnel currently have a favorably adjudicated NAC the contractor will notify the security manager of the command they shall visit utilizing OPNAV 5521/27 Visit Request Form. The visit request will be renewed annually or for the duration of the contract if less than one year. If not previous investigation exists the contractor personnel shall complete the requirement for trustworthiness NAC. In accordance with SECNAV M5239.1, if the contractor employee is a foreign national prior approval of the Network Security Officer (NSO) is required. Access may be granted to foreign Nationals who have need to know and at least one of the following applies: •a) Foreign National is employed by DoD or •b) Foreign National possesses a current functional accreditation approved by the Navy International Program Officer (NAVIPO), or •c) Foreign National possesses a current visit request form (OPNAV 5521-27) as defined in OPNAVINST 5510.1 (series), which is on file with the requesting activity. The Trustworthiness NAC is processed through the command security manager. The NAC will be processed using the electronic questionnaires for investigation processing e-QIP. Please note: applicants can only access the e-QIP systems if they have been instructed to do so by an appropriate official at the sponsoring agency. Individuals cannot pre-apply for a security clearance, nor update their security questionnaire, unless granted access by an appropriate agency official. Investigative requirements for DON contractor personnel requiring access to classified information are managed under the National Industrial Security Program (NISP). Requests for investigation of contractor personnel for security clearance eligibility are processed by the OPM and adjudicated by the Defense Industrial Security Clearance Office (DISCO). When SCI access is at issue, the DON CAF is the adjudicative authority for all DON contractor personnel requiring SCI access eligibility. The e-QIP software can be accessed at the OPM website located at: http://www.opm.gov/fors/html/sf.asp or http://www.dss.mil. The contractor should provide the completed PSQ for verification or a completed, signed release statements and two applicant fingerprint cards (FD 258). Applicants can obtain a SF-86 or SF-85P by visiting the OPM website located at: http://www.opm.gov/fors/html/sf.asp. The responsibility for providing the fingerprinted cards rest with the contractor. The security manager will review the form for completeness, accuracy, and suitability issues. The DON Central Adjudication Facility will provide the completed investigation to the requesting command security manager for the trustworthiness determination. The command will provide written notification to the contractor advising whether the contractor employee will be admitted to command areas or be provided access to unclassified but sensitive business information. Trustworthiness determinations are the sole prerogative of the commanding officer of the sponsor activity. If the commanding officer determines, upon review of the investigation, that allowing a person to perform certain duties or access to certain areas, would pose an unacceptable risk, that decision is final. No due process procedures are required. The contractor employee shall take all lawful steps available to ensure that information provided or generated pursuant to this arrangement is protected from further disclosure unless the agency provides written consent to such disclosure. "ALL AUTHORIZED USERS OF DOD INFORMATION STSTEMS SHALL RECEIVE INTITIAL IA AWARENESS ORIENTATION AS CONDITION OF ACCESS AND THEREAFTER MUST COMPLETE ANNUAL IA REFRESHER AWARENESS TRAINING TO MAINTATIN AN ACTIVE USER ACCOUNT." •8.0 GOVERNMENT FURNISHED PROPERTY The government will provide adequate working space, all equipment (e.g., desk, chair, computer, and printer) if required by the customer for utilization. Copier, telephone, etc. utilities, janitorial services, and expendable operating supplies will be provided as needed. The contractor shall maintain the assigned space in a neat and orderly manner. The contractor shall only use government-furnished facilities and equipment to accomplish the tasks required under this contract. Personal or company use of phones, utilities, computers, printers, copiers, etc. not directly related to required services is strictly prohibited. The contractor shall not remove any government-furnished equipment or supplies form the worksite without the express written permission of the contracting officer's technical representative or his/her designated representative. •9.0 CONTRACTOR FURNISHED MATERIAL The contractor shall provide customer access to the Corrections Online Training Collaborative web based program for the Naval Consolidated Brig Chesapeake, VA. •10.0 REIMBURSABLE TRAVEL EXPENSES Travel is not authorized under this contract. •11.0 NON-PERSONAL SERVICES STATEMENT Contract employees performing services under this contract will not be controlled, directed or supervised at any time by Naval Consolidated Brig Chesapeake, VA personnel. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Task, duties and responsibilities set for in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal Employees, providing direct personal services to any federal employee, or otherwise violating the prohibitions set forth in the Federal Acquisition Regulation 7.5 and 37.1. The government will control access to the facility and will perform the inspection and acceptance of the completed work. •12.0 GOVERNMENT MANAGEMENT OVERSIGHT Government management will provide general instructions on limitations and deadlines. Additional instructions will be provided for any unusual assignments or those that vary from established procedures. The contractor's employee(s) will independently carry out the assignments. Completed work will be spot-checked by government management for adherence to procedures, accuracy, and completeness. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N3830513RCBC645/listing.html)
- Place of Performance
- Address: CO, COMNAVBRIG CHESAPEAKE, 500 WILDERNESS ROAD, CHESAPEAKE, Virginia, 23322, United States
- Zip Code: 23322
- Zip Code: 23322
- Record
- SN03147996-W 20130815/130814000502-ee3b7953e9d779490e656d87870a3e0f (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 |