Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
SOLICITATION NOTICE

69 -- Virtual Experience Immersive Learning Simulation

Notice Date
11/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918QZ015
 
Response Due
11/17/2017
 
Archive Date
11/19/2017
 
Point of Contact
KAREN MORRIS 2156979612
 
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 under the test program for commercial items found at FAR 13.5, 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 Solicitation number, N00189-18-Q-Z015 is being used as a RFQ. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222 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 611430 and the Small Business Standard is $11M. The Small Business Office concurs with the set-aside decision: Other than Full and Open Competition. The NAVSUP FLC Norfolk Philadelphia Office intends to issue a sole source firm fixed price purchase order for the acquisition of this requirement. Virtual Experience Immersive Learning Simulation (VEILS ) involving interactive behavior modification processes The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any other source than the identified source below. However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. The Statutory Authority permitting other than Full and Open Competition for this requirement is Section 4202 of the Clinger-Cohen Act of 1996 - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). This acquisition will be sole sourced to World Institute of Leadership and Learning, Ltd. (dba. WILL Interactive) 10000 Falls Road, Ste. 305 Potomac, MD. 20854. WILL Interactive is uniquely qualified to meet the requirement as there is a patent on the (VEILS ) interactive behavior modification processes , therefore no other manufacturer can meet the needs of the US Naval Academy. Place of Performance is United States Naval Academy, Stockdale Center for Ethical Leadership 112 Cooper Road, Annapolis, MD 21402. The anticipated Period of performance is from Date of Award plus 180 days. Responsibility and Inspection: unless otherwise specified in the order; the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-7 Information Regarding Responsibility Matters 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 ALT I, 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 Statutes or Executive Orders Commercial Items 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards 52.247-34 FOB Destination 52.252-6 Authorized Deviation in Clauses 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 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 252.209-7004 Subcontracting w/ Firms Terrorist Country 252.223-7008 Prohibition of Hexavalent Chromium 252.227-7013 Rights in Technical Data--Non commercial items (Feb 2012) 252-227-7015 Technical Data - Commercial Items (Dec 2011) 252.227-7037 Validation of Restrictive Markings on Tech Data (Jun 2012) 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 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea This announcement will close at 4pm EST on 11/17/2017). Contact Karen Morris who can be reached at 215-697-9612or email karen.morris@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ015/listing.html)
 
Record
SN04739298-W 20171116/171114230904-abf79c59c71a50d8982721e13e4568cb (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.