SOLICITATION NOTICE
U -- Microsoft Scaled Agile Framework� (SAFe�) Training
- Notice Date
- 10/21/2020 7:07:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611420
— Computer Training
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-21-Q-0018
- Response Due
- 10/26/2020 11:00:00 AM
- Archive Date
- 11/10/2020
- Point of Contact
- Bryan Ash, Phone: 4018326124, Katie Hourihan, Phone: 4018323292
- E-Mail Address
-
bryan.ash@navy.mil, kathleen.hourihan@navy.mil
(bryan.ash@navy.mil, kathleen.hourihan@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). �Request for Quotation (RFQ) number is N66604-21-Q-0018 The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price purchase order for Microsoft SAFe Training in accordance with Attachment #1 Statement of Work (SOW) as follows: LINE ITEM: 0001 (BASE) DESCRIPTION: Training in accordance with SOW task 3.1.� The contractor shall provide one offering of each of the trainings listed in SOW 3.1 in a virtual environment.�� 3.1.1. SAFE DevOps Practitioner (SDP) Training�( up to 20 student) 3.1.2 SAFE Agile Software Engineering training (up to 40 students) 3.1.3 SAFE Scrum Master Training (up to 40 students) PERIOD OF PERFORMANCE: Date of Award thru 9/30/2021 LINE ITEM 0002 (OPTION) DISCRIPTION: OPTION for face-to-face training environment for training in accordance with SOW task 3.2.� Note that this option, if exercised, will provide the supplemental costs associated with the face-to-face environment under SOW task 3.2 that are additional to those provided under CLIN 0001.� PERIOD OF PERFORMANCE: Date of Award thru 09/30/2021 LINE ITEM 0003 (OPTION) DISCRIPTION: Option- Training in accordance with SOW task 3.1.� The contractor shall provide one offering of each of the trainings listed in SOW 3.1 in a virtual environment.� 3.1.1. SAFE DevOps Practitioner (SDP) Training (up to 20 student) 3.1.2 SAFE Agile Software Engineering training ( up to 40 students) 3.1.3 SAFE Scrum Master Training (up to 40 students) PERIOD OF PERFORMANCE: 10/01/2021-09/30/2022 LINE ITEM 0004 (OPTION) DISCRIPTION: OPTION for face-to-face training environment for training in accordance with SOW task 3.2.� Note that this option, if exercised, will provide the supplemental costs associated with the face-to-face environment under SOW task 3.2 that are additional to those provided under CLIN 0003.� PERIOD OF PERFORMANCE: 10/01/2021-09/30/2022 LINE ITEM 0005 (OPTION) DISCRIPTION: Option- Training in accordance with SOW task 3.1.� The contractor shall provide one offering of each of the trainings listed in SOW 3.1 in a virtual environment.� 3.1.1. SAFE DevOps Practitioner (SDP) Training (up to 20 student) 3.1.2 SAFE Agile Software Engineering training (up to 40 students) 3.1.3 SAFE Scrum Master Training (up to 40 students) PERIOD OF PERFORMANCE: 10/01/2022-09/30/2023 LINE ITEM 0006 (OPTION) DISCRIPTION: OPTION for face-to-face training environment for training in accordance with SOW task 3.2.� Note that this option, if exercised, will provide the supplemental costs associated with the face-to-face environment under SOW task 3.2 that are additional to those provided under CLIN 0005 PERIOD OF PERFORMANCE: 10/01/2022-09/30/2023 Required delivery terms are F.O.B. Destination, Newport, RI. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following FAR provisions and clauses apply to this solicitation: 52.204-13, System for Award Management Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-15, Defense Priority and Allocation Requirements 52.212-1, Instructions to Offerors Commercial Items 52.212-3, 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 Statues or Executive Orders - Commercial Items 52.217-5, Evaluation of Options 52.217-7, Option for Increased Quantity � Separately Priced Line Item 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.243-1, Changes � Fixed Price The following DFARS provisions and clauses apply to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.225-7048 Export-Controlled Items 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea The following addenda or additional terms and conditions apply: Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. This requirement does not include Electronic and Information Technology (EIT) and therefore Section 508 compliance is not applicable to this requirement. The required period of performance is date of award thru 9/30/2023, if all options are exercised. If no surcharge is applicable, the Government�s preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) may be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote the required items, no substitutions, in the required quantities, and for all option CLINs; (2) the offeror must provide the address of the face-to-face facility to be provided for option CLINs 0002, 0004, and 0006.� This address must be within sixty (60) miles (as calculated by Google Maps) of NUWCDIVNPT (1176 Howell St., Newport, RI) to be determined technically acceptable; (3) the offeror must provide a completed and signed representation for FAR 52.204-24, provided as Attachment 2 to this solicitation. (4) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. The offeror shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quotes may be submitted via email to the below address and must be received on or before Friday, 26 October 2020, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Bryan Ash; bryan.ash@navy.mil or 401-832-6124.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a304f0f7b0834ff79738556f09918a72/view)
- Record
- SN05834425-F 20201023/201021230138 (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 |