SOLICITATION NOTICE
U -- Accredited Academic Institution in support of the Apprentice Program
- Notice Date
- 11/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060416T3008
- Response Due
- 12/11/2015
- Archive Date
- 12/26/2015
- Point of Contact
- Mshindi Thomas 808-473-7569
- 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 for commercial items found at FAR 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 N00604-16-T-3008. This solicitation document incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Publication Notice 20151030. 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 611210 and the Small Business Standard is 20.5M. This is a competitive, unrestricted action. The Small Business Office concurs with the decision. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: CLIN QTY U/I 0001 24 Section DESCRIPTION: Spring 2016 01 January 2016 through 31 December 2016 Physics = 12 Sections History = 12 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 0002 36 Section DESCRIPTION: Fall 2016 01 January 2016 through 31 December 2016 Math 2 = 6 Sections English = 6 Sections Professional Development = 12 Sections Speech = 12 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 0003 12 Section DESCRIPTION: Summer 2016 01 January 2016 through 31 December 2016 Math 1 = 6 Sections Drafting = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 1001 24 Section DESCRIPTION: Spring 2017 01 January 2017 through 31 December 2017 Math 1 = 6 Sections Drafting = 6 Sections Physics = 6 Sections History = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 1002 24 Section DESCRIPTION: Fall 2017 01 January 2017 through 31 December 2017 Math 2 = 6 Sections English = 6 Sections Professional Development = 6 Sections Speech = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 2001 24 Section DESCRIPTION: Spring 2018 01 January 2018 through 31 December 2018 Math 1 = 6 Sections Drafting = 6 Sections Physics = 6 Sections History = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 2002 24 Section DESCRIPTION: Fall 2018 01 January 2018 through 31 December 2018 Math 2 = 6 Sections English = 6 Sections Professional Development = 6 Sections Speech = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 3001 24 Section DESCRIPTION: Spring 2019 01 January 2019 through 31 December 2019 Math 1 = 6 Sections Drafting = 6 Sections Physics = 6 Sections History = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 3002 24 Section DESCRIPTION: Fall 2019 01 January 2019 through 31 December 2019 Math 2 = 6 Sections English = 6 Sections Professional Development = 6 Sections Speech = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 4001 24 Section DESCRIPTION: Spring 2020 01 January 2020 through 31 December 2020 Math 1 = 6 Sections Drafting = 6 Sections Physics = 6 Sections History = 6 Sections In accordance with the attached Performance Work Statement (PWS). CLIN QTY U/I 4002 24 Section DESCRIPTION: Fall 2020 01 January 2020 through 31 December 2020 Math 2 = 6 Sections English = 6 Sections Professional Development = 6 Sections Speech = 6 Sections In accordance with the attached Performance Work Statement (PWS). The required Period of Performance will be a base year 01 January 2016 through 31 December 2016 and four (4) 12-month option periods. Place of Performance will be the Pearl Harbor Navy Shipyard, HI 96860 The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-representation 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and ALT IOfferor 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 Including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.203-6 Alt I Restrictions on Subcontractor Sales to the Govt 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone SB Concerns 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36, Equal Opportunity w/Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.223-5 Pollution Prevention and Right “to-know Information 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.237-2 Protection of Government Building. Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS provisions and clauses applicable to this procurement are: 252.201-7000 Contracting Officer ™s Representative 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 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation. (DEVIATION 2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System For Award Management 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.205-7000 Provision of Information 252.209-7004 Subcontracting with firms that are Owned of Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability Fiscal Year 2016 252.215-7008 Only One Offer 252.219-7003 Small Business Subcontracting Plan 252.223-7006 Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.225-7048 Export- Controlled Items 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Quoters are reminded to include a completed copy of FAR 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 8:00a.m. Hawaii Standard time on Friday, December 11, 2015. Questions shall be submitted to Ms. Thomas via email only at mshindi.thomas@navy.mil no later than 12:00p.m. Hawaii time Monday, November 30, 2015. All responsible sources may submit only one quote via email to mshindi.thomas@navy.mil which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: price, technical capability, and past performance. The quoter ™s technical capabilities will be evaluated as follows: Technical: Quoters must meet or exceed the requirements in the solicitation and any subsequent amendments. The Government will evaluate the Technical Submission, to include the following factors: (a) technical capability and; (b) past performance, as acceptable or unacceptable. In order to be considered for award, quoters must receive a rating of acceptable for all factors. The technical capability submission shall clearly demonstrate the contractor ™s capabilities and expertise in sufficient detail to determine technical acceptability and should address the following criteria: ď‚· **Provide proof of Accreditation from a recognized Regional Accrediting Agency. **Provide a course syllabus with Student Learning Outcomes (SLOs) for each academic course listed in paragraph 3.1.1 of the PWS. Each syllabus must provide a detailed description of every week of the five week course. ** Management/Personnel staffing plan: Demonstrate capability for implementing required services and providing qualified instructors with professional qualifications, experience and capability to instruct the necessary curriculum. Provide a recruitment plan that includes required qualifications (e.g. education and experience) for staffing instructors in each field of study listed in paragraph 3.1.1 of the PWS. Past Performance: The offeror shall submit, as part of its proposal, information on prior experience in providing educational services on performed contracts or on-going contracts that are similar to the performance work statement/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, śunknown ť shall be considered śacceptable. ť Price: For offers which meet technical acceptability, award will be made to the lowest priced offeror. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3008/listing.html)
- Record
- SN03942512-W 20151112/151110234243-af2398cf544668edd9a6a07dd9e65a46 (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 |