Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2020 SAM #6777
SOLICITATION NOTICE

U -- Conference Board - Executive Industry Engagement

Notice Date
6/17/2020 1:17:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813910 — Business Associations
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
OPNAVN120200408
 
Response Due
6/19/2020 2:00:00 PM
 
Archive Date
06/19/2020
 
Point of Contact
Alina Yarmakovich, Phone: 2156979605
 
E-Mail Address
alina.yarmakovich@navy.mil
(alina.yarmakovich@navy.mil)
 
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 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 the Government Point of Entry (GPE), �located at Contract Opportunities at SAM.gov. The RFQ number is OPNAVN120200408. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change Notice 200190628. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 813910 and the Small Business Standard is $8.0 million.� The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAVSUP FLC Norfolk, Philadelphia Office intends to procure conference membership services in order to engage with industry in a coordinated and cohesive manner to learn, to collaborate and to impart the Navy�s own best practices. The Navy needs executive industry engagement primarily to (1) continue to support Chief of Naval Operations (CNO) goal of expanding and strengthening its network of external partners; (2) strengthen its Navy team through implementation of transferrable best practices; and (3) continue to support its needs in high velocity learning. As a result of research, it is determined that Conference Board Inc. is the only source, that can meet the unique qualifications, to provide the required business management consultation services in one comprehensive and cost effective package. (See Attached J&A for Details) The period of performance (POP) is 1 July 2020 through 31 June 2021. This requirement includes four (4), one-year option periods. This announcement will close at 5 PM EST on 19 June 2020. Contacting Specialist, Alina Yarmakovich can be reached at alina.yarmakovich@navy.mil. 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.� 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/. The following FAR provision and clauses are applicable to this procurement: 52.203-12 Limitation on Payments to Influence Certain Federal Transactions������������������������������������������������������ 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation (Jan � 2017)����������������������������������������������������������������������������������������������� 52.204-7 System for Award Management, 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016), 52.204-22 Alternative Line Item Proposal (Jan 2017), 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-25 Prohibition for Contracting on Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)�������������������������������������������������� ������������������������������������������������������������������������� �52.212-1 (Dev 2018-00018), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including;����������������������������������������������������������������� ����������������������������������������������������������������������� 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Gov't (Sept 2006)��������������������������������������������� � 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)��������������������������� 52.209-6 Protecting the Government�s interest When Subcontracting with Contractors Debarred, Suspended , or Proposed for Debarrment (October 2015)��������������������������������������������������� ������������������������������������������������� ��52.219-8 Utilization of Small Business Concerns (Oct 2018)���������������������������������������������������������������������� ����������� 52.219-28 Post Award Small Business Program Representation (July 2013)��������������������������������������� ���������� 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (Sept 2016)������������������������������������������������������������������ ���������������������������������������� �52.222-36 Equal Opportunity for Workers w/ Disability (July 2014) 52.222-50 Combatting Trafficking in Person (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.232-33 Payment of Electronic Funds Transfer � SAM (Oct 2018) 52.232-36 Payment by Third Party (May 2014)������������������������������������������������������������������������������������������������ 52.217-5 Evaluation of Options (July 1990)������������������������������������������������������������������������������������������������� � 52.217-9 Option to Extend the Term of the Contract (March 2000) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (August 1996) 52.252-2 Clauses Incorporated by References (Feb 1998) Additional DFARS contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011), 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013), 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011), 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992), 252.204-7004 LEVEL I ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)������������������������������ 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016), 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016),������������������������������������������������������������������������������������������������������������������������������������������������ 252.209-7004 Subcontracting w/ Firms�Terrorist Country (May 2019) 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions,����������������������������������������������������� ������������������� 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)���������������������������������������������������������������������� 252.237-7010 Use in ALL solicitations and contracts for services�������������������������������������������������� ��������������������� 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (JUN 2013), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA�BASIC (FEB 2019). ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0caf1fc8b0f94be492c493fed67953b5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05694053-F 20200619/200617230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.