SOLICITATION NOTICE
U -- INDIVIDUAL AND FAMILY RESILIENCY INSTRUCTOR
- Notice Date
- 9/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024416T0166
- Response Due
- 9/21/2016
- Archive Date
- 11/11/2016
- Point of Contact
- Charles E. Fletcher II 619-556-5519
- E-Mail Address
-
Contract Specialist
(charles.e.fletcher@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 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 (https://www.neco.navy.mil/). The RFQ number is N00244-16-T-0166. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160325. 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 http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 611710 and the Small Business Standard is $15M. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of providing: CLIN 0001- QTY 12 Months- INDIVIDUAL AND FAMILY RESILIENCY INSTRUCTOR Base Year Period of Performance 30 September 2016 “ 29 September 2017 CLIN 0002- QTY 12 Months- - INDIVIDUAL AND FAMILY RESILIENCY INSTRUCTOR Option Year 1 Period of Performance 30 September 2017 29 September 2018 CLIN 0003- QTY 12 Months- - INDIVIDUAL AND FAMILY RESILIENCY INSTRUCTOR Option Year 2 Period of Performance 30 September 2018 “ 29 September 2019 The proposed contract action is for services to be performed at Fleet Combat Camera Pacific, Coronado, CA. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-7 Information Regarding Responsibility Matters 52.209-12 Certification Regarding Tax Matters 52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision]; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items [list any addenda that apply]; 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders “ Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-41; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, Or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage “ Fringe Benefits INDIVIDUAL AND FAMILY RESILIENCY INSTRUCTORGS-12 Step 5 (End of Clause) 52.222-50 Combatting Trafficking in Persons 52.222-56 Cortication Regarding Trafficking in Persons Compliance Plan 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-19 Contractor Personnel in Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.239-1 Privacy or Security Safeguards 52.247-34 F.o.b. “ Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Quoters [shall include] OR [are reminded to 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 Relating To Compensation of Former DOD Officials 252.203-7005 Representation Relating To Compensation of Former DOD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts) This announcement will close at 4:30 PM PST on 21 September 2016. Contact Charles E. Fletcher II by email charles.e.fletcher@navy.mil using the subject line: RFQ N00244-16-T-0166 Individual and Family Resiliency Instructor 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 http://www.sam.gov/. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0166/listing.html)
- Place of Performance
- Address: 437 North Harbor Drive, San Diego, CA
- Zip Code: 92132
- Zip Code: 92132
- Record
- SN04276791-W 20160919/160917233158-020e253640a27aa331bdba7a6acff3bd (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 |