Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2016 FBO #5473
SOLICITATION NOTICE

U -- One In Four Program scripts

Notice Date
11/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018917TZ030
 
Response Due
11/17/2016
 
Archive Date
11/20/2016
 
Point of Contact
ADAM HESTER 2156979577
 
Small Business Set-Aside
N/A
 
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 found at FAR Part 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 (https://www.neco.navy.mil/). The RFQ number is N00189-17-T-Z030. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20161021. 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 611699 and the Small Business Standard is 11M. The Small Business Office concurs with the set-aside determination: Other than Full and Open Competition. The NAVSUP FLC Norfolk Philadelphia Office intends to issue a sole source firm fixed price purchase order for the acquisition of the following requirement: 1. The contractor will provide revised One In Four Program scripts for both the Men ™s and Women ™s performances presented to the 4/C Midshipmen as a part of the SHAPE Program. 2. The contractor will provide revised training curriculum and training materials for the One In Four Program USNA Chapter. 3. The contractor will conduct three day training with Midshipmen of the œOne In Four  Chapter to enhance and improve USNA ™s sexual violence prevention efforts. 4. The contractor will provide post-training consultation as needed. 5. The US Naval Academy Sexual Assault Prevention and Response Office, specifically the technical point of contact, will have final approval of revised training materials. The Government requests delivery of curriculum updates and training materials on or prior to 01 April to allow sufficient time for review, feedback, and revision prior to planned training sessions late-April. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any other source than the identified source below. However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. This acquisition will be sole sourced to Dr. John D. Foubert, LLC. 8101 Barrington Drive, Edmond, OK 73012. Dr. John D. Foubert, LLC. is uniquely qualified to meet this requirement as they are the creator and copyright holder for the One In Four, Inc. program they are upgrading, training, and consulting the USNA on. Place of Performance is US Naval Academy, 181 Wainwright Rd., Annapolis, MD. 21402-1236. The anticipated Period of performance is from 1 January 2017 - 31 December 2017. 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: 52.202-1 Definitions 52.204-7 System for Award Management 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-7 Information Regarding Responsibility Matters 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 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 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 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 52.252-6 Authorized Deviation in Clauses 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 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (Feb 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 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 252.209-7004 Subcontracting w/ Firms ¦Terrorist Country 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea 5252.243-9400 Authorized Changes by the KO 5252.NS-046P Prospective Contractor Responsibility This announcement will close at 4pm EST on 11/17/2016. Contact Adam Hester who can be reached at 215-697-9577 or email adam.hester@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018917TZ030/listing.html)
 
Record
SN04328642-W 20161117/161115234854-ec0735123e04191a7a08d0725e93ef47 (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.