Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
MODIFICATION

U -- Space and Naval Warfare Systems Center, Program and Project Management Training Courses

Notice Date
7/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-R-0222
 
Response Due
7/11/2016
 
Archive Date
8/10/2016
 
Point of Contact
Point of Contact - Doris A Richardson, Contract Specialist, 619-553-3309; Cindy J Ledesma, Contracting Officer, 619-553-9311
 
E-Mail Address
Contract Specialist
(doris.richardson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
7/1/2016 Amendment 0001 Issued - The closing date is extended from 1100 (PST) 7 July 2016 to 1100 (PST) 11 July 2016. Post Questions and Answers (1-9). Upload Attachment 5 - Pricing Structure Format in the excel version. ***************************************************************** 6/28/2016 Solicitation Issued - This requirement is to provide Program and Project Management Training in five (5) locations (San Diego, CA; Pearl City, HI; Yokosuka, JA; Hagatna, GU; Philadelphia, PA) in support of Space and Naval Warfare Systems Center Pacific (SSC Pacific). The focus of this effort is to provide training based on the Project Management Body of Knowledge (PMBOK) process groups and activities, shall incorporate SSC Pacific's organizational process assets, and shall include a combination of podium-based instruction, facilitated discussions, team-based exercises, case studies of SSC Pacific projects, and computer simulation. This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Competitive offers are being requested under (RFQ) # N66001-16-R-0222. The applicable North American Industry Classification System (NAICS) code is 611430, Professional and Management Development Training, with a size standard of $11 Million dollars. This is a Total Small Business Set-Aside. Only offers submitted by Small Business Concerns will be accepted by the Government. Any offer that is submitted by an offeror that is not a Small Business Concern will not be considered for award. To be considered acceptable and eligible for award, Offers must provide all of the items and quantities listed below. The Government will not consider offers for partial items or quantities. Anticipated Contract Line Items are provided in Attachment 5, Pricing Structure Format. The Government anticipates this effort to be a Firm Fixed Price (FFP) type single award contract for a 12-month base period with four 12-month options. Offer Instructions: The Government may consider offers that fail to follow instructions to be unacceptable and ineligible for award. In order to compete for the contract described in this synopsis/solicitation, a complete Technical Volume (technical elements described below) and Price Volume must be submitted. Incomplete submissions may not be considered. Offers shall: 1. Include a separate Technical Volume (pages numbered) that excludes prices and pricing information; 2. Include a separate Price Volume (pages numbered) that includes pricing for each Contract Line Item Number (CLIN), a total price in US Dollars ($) per Options Period with the description for each CLIN is completed. 3. Provide the Offeror name, address, DUNS and CAGE code, business size and type of small business, Tax Identification Number (TIN) and telephone and e-mail address of an Offeror point of contact; Include teaming arrangement details (if applicable) 4. Stay within the page limitations indicated below for each Volume; 5. Submit electronically in PDF and/or Excel format; and 6. All text shall be formatted on an 8 by 11 inch page in 12 point Times New Roman font. The Technical Volume shall address Factors I and II as follows: Factor I. Organizational Experience (a) Prepare and submit one (1) Organizational Experience Matrix (RFP Attachment 3) to explain the breadth, depth and relevance of your organizational experience since 1 May 2011 in the following Statement of Work (SOW - RFP Attachment 1) key areas: 3.2.1, 3.2.2, 3.2.3, 3.2.4, 3.2.5 and 3.2.6. Cite at least one (1) reference from the prime offeror, no more than one per subcontractor or consultant and no more than three (3) references total. Cite references in the following order: prime, subcontractor, and then consultant. (b) For each reference cited, prepare and submit one Reference Information Sheet (RFP Attachment 4) in accordance with the instructions contained therein. Section 15 of the Reference Information Sheet requires offerors to provide a summary description of contract work, not to exceed three (3) additional single-sided pages in length, for each cited reference. In completing these summary descriptions, offerors must explain the relevance of each cited reference with respect to one or more of the SOW key areas. The Government is not bound by an offeror's opinion of the relevance of its organizational experience. Offerors need not address all above SOW key areas in the summary description of each reference; however, for evaluation purposes, ratings may be maximized by citing references that collectively demonstrate maximum breadth and depth of relevant experience in the SOW key areas. (c) In completing the summary descriptions of contract work for Section 15 of each Reference Information Sheet (not to exceed three (3) additional single sided pages per reference), clearly format the response to separate the discussion for each key area of the SOW. Do not provide a consolidated response for multiple key areas of the SOW. In evaluating the offeror's experience in each individual key area of the SOW, the Government will consider only the text designated in Section 15 of the Reference Information Sheet for that particular SOW key area. (d) In Section 5 of each Reference Information Sheet, the contractor must state the start date of only the work referenced, rather than the period of performance start date for the referenced contract. The date in Section 5 can be no earlier than 1 May 2011. All of the work described in the summary description (i.e., the three (3) pages attached to the Reference Information Sheet) must have been performed on or after 1 May 2011. Factor II. Technical Approach Each offeror will provide a detailed plan and approach in performing two (2) key areas as detailed in the Statement of Work (SOW). Key Areas are as follows: Key Area 1 - General Requirements: Provide a detailed approach for meeting or exceeding each requirement provided under SOW Section 3.1 General Requirements (3.1.1. 3.1.6.) Key Area 2 Course of Instruction Requirements: Provide six (6) detailed course outlines meeting or exceeding the minimum requirements listed for each of the six (6) Courses of Instruction (COI), SOW Sections 3.2.1, 3.2.2., 3.2.3, 3.2.4, 3.2.5. and 3.2.6. The approach for each COI must also include the offeror's plan in tailoring concepts noted in those standards to SSC Pacific's defined project management architecture, assets and processes (ref. b and c. of the SOW). Those COI's requiring a dynamic Computer Simulation (3.2.1. and 3.2.6) must incorporate a sample user scenario in each course outline. *Note: All elements addressed in the SOW detailed in each paragraph must be addressed. Key Area 1 and 2 under Factor II are limited to a total of 24 pages. The Price Volume shall address Factors III as follows: Factor III. Price Offerors shall complete the Contract Line Item Number (CLIN) description, Quantity calculations, provide a Unit Price and an Extended Price for each CLIN and a total Firm- Fixed-Price for all line items provided in Attachment 5, Pricing Structure Format. Offerors must ensure all blanks are completed and mathematical calculations are accurate for all CLIN(s) 0001-4012. Evaluation Factors for Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government anticipates awarding a firm-fixed-price purchase order. Factor I. Organizational Experience Experience is the opportunity to learn by doing. An offeror's experience is relevant when it has been confronted with the kinds of challenges that it will likely face under the contract contemplated by this RFP. This evaluation will consider the breadth, depth and relevance of the offeror's Organizational Experience performed since 1 May 2011 in key areas of the SOW (specified below). Relevance may include, but is not limited to, similarity of work contemplated under the RFP with respect to complexity, length of performance, number of tasks, scope, type of work, and value. The RFP will instruct offerors to complete a prescribed matrix, which details experience in key areas from the SOW, by citing not more than three references. At least one reference will be from the prime offeror, and no more than one per subcontractor or consultant. Additionally, offerors will be instructed to complete a Reference Information Sheet for each reference cited. Section 15 of the Reference Information Sheet requires offerors to provide a summary description of contract work, not to exceed three (3) additional single sided pages per reference. Offerors will be evaluated on the extent to which the offeror has demonstrated relevant experience in the following SOW key areas: 3.2.1. Project Management Foundations Course of Instruction 3.2.2. Project Controller Course of Instruction 3.2.3. Project Management Professional Certification Course of Instruction 3.2.4. Agile Project Management Course of Instruction 3.2.5. Program Management Professional Course of Instruction 3.2.6. Advanced Project Management Course of Instruction Factor II. Technical Approach The Government will evaluate the offeror's plan and approach in meeting the two (2) key areas as detailed above. The Government will evaluate the offeror's Factor II Technical Approach to determine the degree to which the offeror demonstrates how it will meet or exceed the requirements of the Statement of Work (SOW) and the solicitation. A combined technical/risk rating will be assessed on Factor II based on the offeror's plan and approach in performing two (2) key areas, General Requirements and Course of Instruction Requirements. Note: Any offer rated an "Unacceptable" under Factors I or II may be determined to be ineligible for contract award. Factor III. Price The offer will be evaluated based on the total firm-fixed-price. The Government will evaluate the total price to determine if it is fair and reasonable. Basis For Award: This procurement will use the Best Value Trade-off source selection methodology. All technical (non-price) evaluation factors are listed in descending order of importance: Factor I: Organizational Experience Factor II: Technical Approach All technical (non-price) evaluation factors, when combined, are more important as price. Questions Questions regarding this solicitation are to be submitted to SSC Pacific code 22710 via e mail to Doris Richardson (doris.richardson@navy.mil) and David Roden (david.roden@navy.mil) or the ECommerce Central Question Feature. Please use reference No. N6600116R0222. All questions regarding this solicitation must be received before 1 July 2016 at 11:00 AM, Pacific Time. Proposal Submission This solicitation closes on 7 July 2016 at 11:00 AM, Pacific Time. Offers must be uploaded on the SPAWAR e-Commerce website at https://e- commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-16-R- 0222. E-mail offers will not be accepted. DO NOT email offers. Submissions received after the solicitation close date and time will not be accepted by the Government. For e-Commerce technical issues, please contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil and e-mail the points of contact below before the close date and time of the solicitation. The points of contact for this solicitation is Doris Richardson at doris.richardson@navy.mil and David Roden at david.roden@navy.mil. Please include RFQ# N66001-16-R-0222 on all inquiries. Questions may be addressed afterward at the discretion of the Government. No telephone questions will be entertained. All responding vendors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means a registered DUNS and CAGE Code. Combined Synopsis/Solicitation Attachments are as follows: Attachment 1: Statement of Work (SOW) Attachment 2: Contract Data Requirements List (CDRL) Attachment 3: Organizational Matrix Attachment 4: Reference Information Sheet (RIS) Attachment 5: Pricing Structure This solicitation document incorporates standard commercial provisions and clauses for requirements in effect through Federal Acquisition Circular (FAC) 2005-80 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20150406. Additional contract clauses may apply in the Terms and Conditions of the award and contractually binding at the time of award. It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. In accordance with 52.252-1, Solicitation Provisions Incorporated by Reference, and 52.252-2, Clauses Incorporated by Reference, all provisions and clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following are FAR and DFARS provisions, incorporated by reference, apply to this solicitation: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-20, Predecessor of Offeror; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation; 52.209-7, Information Regarding Responsibility Matters; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided above); 52.212-2, Evaluation -- Commercial Items (Tailored information provided above); 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items; 52.217-5, Evaluation of Options; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 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); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations; 252.215-7007, Notice of Intent to Resolicit; 252.215-7008, Only One Offer; 252.222-7007, Representation Regarding Combating Trafficking in Persons; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism; and, 252.239-7009, Representation of Use of Cloud Computing. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to acquisition and includes: 52.203-6 and Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-13, Notice of Set-Aside of Orders; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain ServicesRequirements; 52.222-54, Employment Eligibility Verification; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-16, Acquisition of EPEAT-Registered Personal Computer Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds TransferSystem for Award Management; and 52.239-1, Privacy or Security Safeguards. The following additional FAR and DFARS clauses, incorporated by reference, apply to this solicitation: 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-12, Limitations on Payments to Influence Certain Federal Transactions; 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.217-9, Option to Extend Services; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications; 52.228-5, Insurance -- Work on a Government Installation; 52.232-23, Assignment of Claims; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.242-17, Government Delay of Work; 52.246-4, Inspection of Services -- Fixed-Price; 52.247-34, F.O.B. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003) 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.225-7028, Exclusionary Policies and Practices of Foreign Governments; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical DataCommercial Items; 252.227-7020, Rights in Special Works; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7010, Cloud Computing Services; 252.239-7018 Supply Chain Risk; 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military; 252.247-7023, Transportation of Supplies by Sea; 252.247-7022, Representation of Extent of Transportation by Sea; 5252.201-9201, Designation of Contracting Officer's Representative; 5252.204-9202, Contractor Badge; 5252.209-9206, Employment of Navy Personnel Restricted; 5252.216-9210, Type of Contract; 5252.237-9602, Contractor Identification; and 5252.243-9600, Authorized Changes only by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4dfd93f6190ca13bab01b6dc205e1ecf)
 
Record
SN04169495-W 20160703/160701233927-4dfd93f6190ca13bab01b6dc205e1ecf (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.