Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOLICITATION NOTICE

U -- FERS Pre-Retirement Training - Statement of Work

Notice Date
4/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-16-T-0055
 
Archive Date
4/23/2016
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Combined Synopsis/Solicitation and Statement of Work. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N63394-16-T-0055 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 with a small business size standard of $11.0 Million. This requirement is a Woman-Owned Small Business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: Two (2) classes: FERS PRE-RETIREMENT Training per the attached Statement of Work (SOW) Bid must be good for a minimum of 30 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: (1) Cage Code: (2) Dun & Bradstreet #: (3) Tax ID #: (4) Special Small Business Sub-Category (if applicable): (5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS). To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: • FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition • FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition • FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-36, and 52.222-50. • FAR Clauses: 52.204-10, 52.204-13, 52.204-18, 52.204-19, 52.209-10, 52.211-6, 52.219-6, 52.219-28, 52.219-30, 52.222-3, 52.222-19, 52.222-42, 52.222-99(Dev), 52.223-18, 52.225-13, 52.232-33, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 52.243-1, 52.245-1, 52.245-9, 52.252-2, and 52.252-6. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit a quotation which shall be considered by the agency. Respond to Rachel T. Smith by E-Mail to: Rachel.T.Smith@navy.mil, (Preferred Method) OR by mail to: Commander, Code 0232, NSWC PHD, Bldg 1215 Acquisition Dept., 4363 Missile Way, Port Hueneme, CA 93043, no later than 11:00 am Eastern and 8:00 am Pacific Time, 08 April 2016. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-T-0055/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN04069944-W 20160403/160401234044-068881f5da0695f945532baf7dffd9bd (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 |
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.