SOLICITATION NOTICE
U -- EMT and Paramedic Training IAW PWS.
- Notice Date
- 6/22/2020 12:35:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024420Q0142
- Response Due
- 6/24/2020 12:00:00 AM
- Archive Date
- 07/09/2020
- Point of Contact
- Michelle Muniz 619-947-3927
- E-Mail Address
-
michelle.muniz@navy.mil
(michelle.muniz@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- The purpose of this amendment 02 is to: 1. Add questions and answers. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number N00244-20-P-0142 shall be used to reference any written offer provided under this solicitation. The solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2020-06; Effective 06 May 2020. This is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 611699 with a size standard of $12 Million. This combined synopsis/solicitation will close 12:00 PM San Diego, California time on 24 June 2020. Submit vendor offer to the Contract Specialist, Mrs. Michelle Muniz, via email to the address michelle@navy.mil and stating - RFQ N00244-20-Q-0142 EMT and Paramedic Courses - at subject line. Procurement is for non-personal instructional services/training for EMT�s and Paramedics at Command Navy Region Southwest (CNRSW) anticipated award of a single Firm Fixed Price (FFP)type contract. Offers are being requested from sources that can deliver the required commercial service and in �All or None� basis. The Performance Work Statement is being provided as Attachment 2. Vendor submissions shall include 3 volumes: Volume I-Technical Approach and Resumes, Volume II-Past Performance and Volume III Pricing. Each response must clearly indicate the capability of the Offeror to deliver all the requirements. Questions on this solicitation shall be submitted to the Contract Specialist via email. The Government will attempt to answer all questions in timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, offerors are hereby directed to submit question(s) not later than 3:00 PM San Diego, California time on 22 June 2020. Please see Attachment No. 2 Performance Work Statement (PWS), dated 17 June 2020, for additional information. Schedule of Supplies: See Attachment No. 3 for contract line items (CLINS), description of requirement, quantities, and units of measures. Period of Performance: 29 September 2020-1 April 2021 Delivery shall be FOB Destination. Places of Delivery and Training: -Naval Base Coronado Fire and Emergency Services Bldg 792 Hangar Road Coronado CA 92135 -Naval Air Station Lemoore Fire and Emergency Services Bldg 767 Franklin Ave Lemoore, CA 93246 -Naval Air Station Fallon Fire and Emergency Services 4755 Pasture Road Bldg 18 Fallon NV 89496 -Naval Base Ventura County Fire and Emergency Services 613 South Laguna Road Point Mugu CA 93042 -Naval Air Facility El Centro Fire and Emergency Services 1605 3rd Street (Code N30) El Centro CA 92243� Offeror(s) is(are) required to include a completed copy of the provisions at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (if applicable) and 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation. Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its offer. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/12f173cb5c824d30adc3b8cf01410b82/view)
- Place of Performance
- Address: SEE PWS, , , USA
- Country: USA
- Country: USA
- Record
- SN05698630-F 20200624/200623042656 (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 |