SOLICITATION NOTICE
U -- HM0476-20-Q-0002, GEOINT Learning through Academic Programs (GLAP)
- Notice Date
- 2/4/2020 10:25:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
- ZIP Code
- 22150-7500
- Solicitation Number
- HM0476-20-Q-0002
- Response Due
- 2/28/2020 11:00:00 AM
- Archive Date
- 03/14/2020
- Point of Contact
- Bradley R. Austin, Phone: 5715579854
- E-Mail Address
-
bradley.r.austin@nga.mil
(bradley.r.austin@nga.mil)
- Description
- AMENDMENT 0003: The RFQ is amended to remove the commercial clauses referenced in the original RFQ and replace with FAR 52.213-4. Additionally, NGA's responses to questions received is provided as an attachment. The solicitation number is HM0476-20-Q-0002 and it is being issued as a Request for Quotation (RFQ) in conjunction with FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. This RFQ is issued as a full and open competition under the NAICS code 611310, Colleges, Universities, and Professional Schools, with a size standard of $30 million. The Government selected this NAICS code as the best fit based on this requirement. However, it does not preclude vendors outside of this NAICS from submitting a quotation as a prime vendor in response to this RFQ. The Government intends to award up to three (3) blanket purchase agreements (BPA) resulting from this RFQ to the responsible vendor(s) whose quote provides the Best Value for the Government as mentioned in FAR 13.106-1(a)(2) and defined in FAR 2.101. Each BPA issued resulting from this RFQ will be five (5) years in length. Evaluation criteria and additional clauses are included below. The National Geospatial-Intelligence Agency (NGA), Office of Human Development (HD), has a requirement for the delivery of undergraduate and graduate level GEOINT training courses in a condensed format. These courses will be available to the National System for Geospatial Intelligence (NSG), Allied System for Geospatial Intelligence (ASG), and other U.S. and foreign government entities (collectively referred to as the Enterprise) through appropriately arranged processes. Additionally, NGA is requiring courses under GLAP to be from an institution with accreditation from the United States Geospatial Intelligence Foundation. The current listing of these institutions is available at https://usgif.org/education/accreditation. Vendors shall provide the following as separate documents in its quotation: Technical approach that demonstrates an understanding of and ability to perform the Attachment 1, Performance Work Statement (PWS) dated 3 December 2019. This approach shall be no more than no more than 15 pages. Completed Attachment 2, Course List. Please list all proposed courses in the order of the Subject Area of Study listed in Appendix A to the PWS. This document will be attached to any resulting BPA. The following information related to each of the proposed courses in Attachment 2, Course List. Please include the course name and course number with this information and list the courses in the same order as the completed Attachment 2, Course List. There is no page limit to this information. This document will be attached to any resulting BPA. Course Description Prerequisites Course IT Hardware/System Requirements Course Software Requirements Course Completion Criteria The Government will evaluate whether the technical approach demonstrates an understanding of and ability to perform the requirements within the PWS. Additionally, the Government will evaluate the following items: Information confirming the proposed courses are from a regionally accredited academic institution with current USGIF accreditation Demonstrated ability to deliver courses through distributed learning (on-line, synchronous or asynchronous) or at NGA campuses in Springfield, VA or St. Louis, MO, Denver, CO, or at other CONUS/OCONUS locations at identified by NGA. Demonstrated ability to deliver student materials for on-line and instructor-led training (e.g., articles, exercises, presentations, assignments, etc.). Demonstrated ability to measure and document quality of instruction (e.g., Kirkpatrick Level-1 course/student assessments). Demonstrated ability to provide all facets of on-line learning (learning management system, course materials, instructor feedback/engagements, etc.). The Government will also evaluate the prices of proposed courses in accordance with the techniques in FAR 13.106-3(a). The Government will give preference for award to vendors with the ability to deliver courses in multiple subject areas of study. Questions regarding this RFQ shall be submitted in writing via email to Bradley Austin, Contracting Officer, at Bradley.R.Austin@nga.mil, no later than 12 pm EST on Friday, December 20, 2019.� �The Government will make every effort to provide responses prior to the quotation due date. Quotations shall be submitted no later than 2:00 PM EST on Friday, February 28, 2020, via email to Bradley Austin, Contracting Officer, at Bradley.R.Austin@nga.mil. Emails should be no more than 5MB in size and shall not contain zip files.� Files may be submitted in Microsoft Office or Adobe PDF format. Vendors are reminded that they shall have an active registration in the System for Award Management to be considered for award. The following clauses apply to this RFQ. 52.213-4 TERMS AND CONDITIONS-SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (JAN 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS. (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS. (OCT 2016) Definitions. As used in this provision- Controlled technical information, covered contractor information system, covered defense information, cyber incident, information system, and technical information are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. The security requirements required by contract clause 252.204-7012, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012(b)(2))- By submission of this offer, the Vendor represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ""Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations"" (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer, not later than December 31, 2017. (2)(i) If the Vendor proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Vendor shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of- Why a particular security requirement is not applicable; or How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate vendor requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision) 5X252.204-7000-90 PUBLIC RELEASE OF INFORMATION (MAY 2015) Except as provided in paragraph (b) of this clause, information pertaining to this contract shall not be released to the public unless authorized by the Contracting Officer in accordance with DFARS 252.204-7000, Disclosure of Information. Requests for approval to release information pertaining to this contract shall be submitted to the Contracting Officer by means of NGA Form 5230-1, National Geospatial-Intelligence Agency Request for Clearance for Public Release. The contractor may provide past performance information regarding this contract, without Contracting Officer approval, to the Office of the Director of National Intelligence (ODNI), the Central Intelligence Agency (CIA), the National Reconnaissance Office (NRO), the National Security Agency (NSA), the Defense Intelligence Agency (DIA), and NGA to support source selections at those agencies. The contractor is responsible for the proper classification and handling of such information and shall provide a copy of the information provided to the Contracting Officer. (End of clause) 5X52.227-9000 UNAUTHORIZED USE OF NGA NAME, SEAL AND INITIALS (JUN 2006) As provide in 10 U.S.C. Section 425, no person may, except with the written permission of both the Secretary of Defense and the Director of National Intelligence, knowingly use the words ""National Geospatial-Intelligence Agency"", ""National Imagery and Mapping Agency"", or ""Defense Mapping Agency,"" the initials ""NGA"", ""NIMA"", �or ""DMA,"" the seal of National Geospatial-Intelligence Agency, National Imagery and Mapping Agency, or the Defense Mapping Agency, or any colorable imitation of such words, initials, or seal in connection with any merchandise, retail product, impersonation, solicitation, or commercial activity in a manner reasonably calculated to convey the impression that such use is approved, endorsed, or authorized by the Secretary of Defense and the Director of Central Intelligence. Whenever it appears to the U.S. Attorney General that any person is engaged or about to engage in an act or practice, which constitutes or will constitute conduct prohibited by paragraph (a), the Attorney General may initiate a civil proceeding in a district court of the United States to enjoin such act or practice. Such court shall proceed as soon as practicable to hearing and determination of such action and may, at any time before final determination, ����������enter restraining orders or prohibitions, or take such other action as is warranted, to prevent injury to the United States, or to any person or class of persons for whose protection the action is brought. (End of Clause) 5X52.227-9001 ACTIVITIES THAT AFFECT U.S. PERSONS (NOV 2016) This contract is sponsored by the National Geospatial-Intelligence Agency. All work and services to be performed hereunder shall be in strict compliance with procedures set forth in DoDM 5240.01. (End of Clause) 5X52.232-9000 SUBMISSION OF INVOICE-FEDERAL PAYMENT CENTER (FPC) (FEB 2017) The contractor shall prepare each invoice in accordance with the Prompt Payment Act and email one copy of the invoice to the DOD/FPC Scott AFB, IL at FMFOINSP@nga.mil. The DOD/FPC at Scott AFB, IL requires an email copy, but will accept a hard copy that is mailed to Federal Payment Center, P.O. Box 25767, Scott AFB, IL 62225. At the same time of submission of the invoice to the FPC vendor pay office, the contractor shall email one copy to [TBD], and one copy to [TBD]. The contractor shall ensure that the invoice submitted to the payment office is the same invoice that is submitted to the CO and COR, without alteration. Upon receipt of the invoice, the COR will complete the receiving report and submit via the RRPT database tool. A copy of the completed receiving report shall also be provided to the Contracting Officer shown on the face of this contract/order. Contractors wishing to check the payment status of their vouchers may do so by calling FPC Vendor Support at 636-321-5251. In addition, questions may be directed to the Contracting Officer's Representative (COR). In the absence of a COR, contact the Procurement Contracting Officer (PCO), whose name and contact information appear on the face page of this contract/order. (End of Clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a48ec8365c2447c4ae355326a54f0597/view)
- Record
- SN05551411-F 20200206/200204230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |