SOLICITATION NOTICE
U -- DESTRUCTIVE BEHAVIOR PREVENTION KEYNOTE SPEAKER
- Notice Date
- 12/8/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018918Q0055
- Response Due
- 12/15/2017
- Archive Date
- 6/15/2018
- Point of Contact
- William Spencer 757-443-1391 Dannetta Townsend
- E-Mail Address
-
3-1417
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (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 RFQ number is N0018918Q0055. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 (effective 6 November 2017) and DFARS Publication Notice 20161222 (effective 22 December 2016). 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/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 611430 and the Small Business Standard is $11M. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside determination. The Government intends to award a Firm Fixed Price (FFP) contract action from this solicitation. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing Fleet Personnel Programs support services for U. S Fleet Forces Command (USFFC). Support services shall include presentations to Sailor audiences focused on specific areas of culture change and transformation, Sexual Assault Prevention and Response (SAPR) training, Suicide Prevention Training, drug and alcohol abuse prevention, and domestic violence prevention. The presentations should include a focus on the precursor behaviors associated with each destructive behavior category, an understanding of the micro-climates within a larger command climate, and strategies for both individuals and commands on prevention strategies. For complete details of work requested, please refer to attached Performance Work Statement (PWS). If PWS will not download, contact William Spencer at William.p.spencer@navy.mil and a copy will be provided. The Period of Performance will be various dates beginning 11 January 2018 through 21 September 2018. Direct labor for this task shall be in accordance with the Performance Work Statement. Working hours shall vary, as required, to support twenty Fleet Workshops throughout the USFFC Area of Operations (AOR). Please review the following applicable attachments: I: PERFORMANCE WORK STATEMENT II: COMBINED SYNOPSIS/SOLICITATION III. DESTRUCTIVE BEHAVIOR PREVENTION KEYNOTE SPEAKER CONTRACT PRICING WORKSHEET IV. WAGE DETERMINATION V. PAST PERFORMANCE REPORT FORM This announcement will close at 10:00 AM, Eastern Standard Time (EST), ON FRIDAY DECEMBER 15, 2017. All responsible sources may submit a quote to William Spencer who can be reached at 757-443-1391 or email william.p.spencer@navy.mil NO LATER THAN 10:00 AM, Eastern Standard Time (EST), ON FRIDAY DECEMBER 15, 2017. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items (Addendum) is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, priced and non-priced factors considered. The following factors shall be used to evaluate quotes: Technical, Past Performance and Price. A determination of responsibility will be made prior to award. The Government will conduct a Lowest Price Technically Acceptable (LPTA) source selection. Please see the addendums of FAR 52.212-1 (Instructions to Offerors - Commercial Items) and FAR 52.212-2 (Evaluation - Commercial Items) for which provide instructions on what to submit and evaluation criteria. 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, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, Performance Work Statement. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918Q0055/listing.html)
- Record
- SN04761467-W 20171210/171208230822-93431d0b4c112b888eb367ce76c0860e (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 |