Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2024 SAM #8292
SOLICITATION NOTICE

U -- Root Cause Analysis and Human Factor Analysis Classification System Training

Notice Date
8/8/2024 9:58:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N42158-24-Q-S041
 
Response Due
8/22/2024 9:00:00 AM
 
Archive Date
09/06/2024
 
Point of Contact
Roshanda Sansom, Phone: (757)797-4351, Jeremy Weible, Phone: (757)396-2063
 
E-Mail Address
roshanda.l.sansom.civ@us.navy.mil, jeremy.r.weible.civ@us.navy.mil
(roshanda.l.sansom.civ@us.navy.mil, jeremy.r.weible.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE: Requirement Title:��������������� Root Cause Analysis and Human Factors Analysis Classification Training Solicitation Number:����������� N42158-24-Q-S041 Solicitation Issue Date:�������� Wednesday, 8 August 2024 Response Deadline:�������������� Thursday, �22 August 2024 no later than 1200 noon (EST) POC: Roshanda Sansom � � � � � roshanda.l.sansom.civ@us.navy.mil ALT. POC:� Jeremy Weible � � � � � � � � � �Jeremy.r.weible.civ@us.navy.mil ����������������������������� ���������� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � GENERAL INFORMATION This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. � � � �2.�This solicitation is being issued as a Request for Quotation (RFQ). � � � �3.�This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular � � � � � �(FAC) Number/Effective Date: 2024-05 effective 22 Apr 2024 and DFARS Change Notice 20240729. � � � �4.�This acquisition is for Total Small Business Set-Aside. � � � �5.�North American Industry Classification System Code (NAICS) 611430 Professional and Management Development Training� � � � � � �and Product or Service Code (PSC) U005 Education/training-Tuition/registration/membership Fees. � � � �6.�The size standard is $15M. All qualified small businesses under this industry are encouraged to submit quotes. � � � �7.�This requirement is rated under Defense Priorities and Allocations System (DPAS) with an assigned rating of DO-C9. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �REQUIREMENT INFORMATION Line Item� � � �0001 Description� �Root Cause Analysis and Human Factors Analysis Classification training for NNSY (Norfolk Naval Shipyard � � � � � � � � � � � �personnel). Quantity� � � � 6 Unit of Measure� Job Extended Description: The contractor shall submit quotes based on the below documents provided explaining work to be performed and work location as well as in accordance with required clauses and provisions contained in this solicitation.� Attachment 1 - Statement of Work Attachment 2 � Contractor Technical Certification Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Norfolk Naval Shipyard, Portsmouth, VA 23709 (exact customer address will be provided in the resulting contract). � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language there in: Questions may be submitted to the POC and Alternate POC listed above no later than 12:00 pm 14 August 2024. ��Questions submitted after this date may not be answered. Quotes in response to this solicitation must be submitted via email to the POC listed above no later than the established deadline. Quotes must be valid through 22 September 2024. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��EVALUATION CRITERIA IAW FAR 12.602 the evaluation criteria found in 52.212-2, Evaluation-Commercial Items, is applicable and has been tailored to this solicitation as listed below. (a) The Government intends to award one Firm Fixed Price, (FFP) contract resulting from this solicitation to the responsible contractor whose quote conforms to the solicitation and will be most advantageous to the Government based on price and other factors considered. The Government intends to evaluate proposals and to award without discussions with Offerors; therefore, each Offeror's initial proposal should contain its best terms. The Government reserves the right to conduct discussions if later determined to be necessary. Offerors are required to meet all solicitation requirements; failure to comply with the terms and conditions of the solicitation may result in the Offeror being ineligible for award. Award shall be made to the responsible Offeror whose proposal, in conforming to this solicitation, is determined to be the best value to the Government based on a tradeoff among the priced and non-priced factors considered. Offerors are urged to ensure that their proposals are submitted on the most favorable terms. The evaluation of proposals submitted in response to this solicitation will be conducted employing an adjectival level or confidence ratings. Proposals will be evaluated under three (3) factors: (1) Technical, (2) Past Performance, and (3) Price. Proposals are evaluated using adjectival ratings and are ranked in order of importance using the non-price factors as follows. Technical is more important than Past Performance, Past Performance and all non-price factors together are significantly more important than price.����� Quotes will be evaluated as Best Value Trade-Off where technical, past performance, and Period of Performance, when combined, are roughly equal to price. The Government only intends to evaluate Past Performance on the three (3) lowest priced quotes that receive a �technically acceptable� rating. The ��following factors shall be used to evaluate offers: Technical Acceptability � The technical evaluation team will evaluate by assigning a rating of �acceptable� or �unacceptable�. Only those quotes considered technically acceptable may receive further consideration for award. Past Performance, ����� A. �The Government will conduct a performance risk assessment based upon the past � � � � � �performance ���������of the contractors and their proposed subcontractors as it relates to the � � � � � �probability of successful accomplishment of the work required by the solicitation. ����� B. In conducting the performance risk assessment, the Government may use data provided by � � � � � �the contractor and data obtained from other sources including CPARS. � � ��C. While the Government may elect to consider data obtained from other sources, the burden of providing thorough and � � � � � �complete past performance source data rests with the contractor. ����� D. The contractor shall submit a description of its past performance (all prime and major � � � � � �subcontracts received, or in performance, during the past five (5) years) which are in any way � � � � � �relevant to the effort required by this solicitation. Commercial and state/local contracts may be � � � � � �included, if necessary. The description shall include the following information in the following � � � � � �format, (i.e. PDF or Word document, Times New Roman, 12pt font, solid white background, � � � � � � �with no additional contractor identifiable information other than requested below): Identify in specific detail for each contract listed, why or how you consider that effort relevant � � � � � �or similar to the effort required by this solicitation: � � � �2.�Your (and/or your subcontractor's) CAGE and DUNS numbers: � � � �3.�Government or commercial contracting activity, address, and telephone number: � � � �4.�Procuring Contracting Officer's (PCO's) name and telephone number: � � � �5.�Government or commercial contracting activity technical representative, or COR; and telephone � � � � � �numbers: � � � �6.�Government or commercial contract administration activity, and the name and telephone number � � � � � �of the Administrative Contracting Officer (ACO): � � � �7. Contract number: � � � �8.�Contract award date: � � � �9.�Contract type: � � � 10.�Awarded price/cost: � � � 11.�Final, or projected final, price/cost: � � � 12.�Original delivery schedule: � � � 13.�Final or projected final, delivery schedule: � � �E. Past Performance Evaluation � Past Performance will be rated utilizing the below table. Offerors � � � � � who do not submit past performance for evaluation cannot be rated above �SATISFACTORY�. Rating�� EXCEPTIONAL Definition� � Performance meets contractual requirements and exceeds many to the Government�s benefit. The contractual performance of the element or sub-element being evaluated was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Rating�� VERY GOOD Definition� � Performance meets contractual requirements and exceeds some to the Government�s benefit. The contractual performance of the element or sub-element being evaluated was accomplished with some minor problems for which corrective actions taken by the contractor were effective. Rating�� SATISFACTORY Definition� � Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Rating�� MARGINAL Definition� � Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being evaluated reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor�s proposed actions appear only marginally effective or were not fully implemented. Rating�� UNSATISFACTORY Definition� � Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains a serious problem(s) for which the contractor�s corrective actions appear or were ineffective. iii. Price � Price will be evaluated on a comparative basis amongst all received quotations and the Government�s ��estimate. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��PROVISIONS FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their quote that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and �applicable to this solicitation. The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions are hereby included by reference: 52.212-1������������ Instructions to Offerors�Commercial Items 52.212-3 ����������� Offeror Representations and Certifications�Commercial Items--Alternate I 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 The following provisions and clauses are hereby included by full text: 52.252-1������ Solicitation Provisions Incorporated by Reference SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx (End of provision) 52.252-2������ Clauses Incorporated by Reference CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx (End of clause) Solicitation ATTACHMENTS Attachment 1 - Statement of Work (Updated) Attachment 2 � Contractor Technical Certification Response Deadline: Thursday,� 22 August 2024 no later than 1200 noon (EST) POC: Roshanda Sansom ����������� roshanda.l.sansom.civ@us.navy.mil ALT POC:�Jeremy Weible � � � � � � � � �Jeremy.r.weible.civ@us.navy.mil ����������������������������� ����������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bea36d06df584509a6094d636cb8f418/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07162181-F 20240810/240808230118 (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 |
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.