SOLICITATION NOTICE
U -- Training Courses - Marine Blueprint Reading, Deck Plate Fundamentals and Cableways Inspection Certificate
- Notice Date
- 7/21/2020 10:09:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
- ZIP Code
- 23511-2124
- Solicitation Number
- 413-20-292
- Response Due
- 7/27/2020 8:00:00 AM
- Archive Date
- 08/11/2020
- Point of Contact
- Susan Gavano, Phone: 757-400-0325
- E-Mail Address
-
susan.gavano@navy.mil
(susan.gavano@navy.mil)
- Description
- Training Courses Mid-Atlantic Regional Maintenance Center (MARMC) intends to solicit and award a Sole Source, Firm-Fixed Price (FFP) to QED SYSTEMS, INC. Virginia Beach, VA, in accordance with FAR 13. 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 to BetaSAM (https://www.beta.sam.gov/). �The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing training for the following three courses: Marine Blueprint Reading, Deck Plate Fundmentals, Cableways Inspection Certification. See� attached statement of work for detailed information. The RFQ number is N5005420Q0127. QED Systems, Inc. has had their curriculum approved by CNRMC which is a requirement, set by CNRMC�s WFD instruction. This notice of intent is not a request for competitive quotes.� 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. Period of performance: Award date � Dec 30, 2020 Place of Performance: The classroom must be located within the Hampton Roads Area (Norfolk, Hampton, Chesapeake, Virginia Beach, Portsmouth, and Suffolk). The NAICS code is _611430_ and the Small Business Standard is $12,000,000. Interested parties may identify their interest and capability by submitting a written response to susan.gavano@navy.mil no later than 5 days after the date of the publication of this notice. The written response shall reference RFQ# N50054-20-Q-0127 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising quality, accuracy, reliability and schedule. The capability statement shall be submitted in MS WORD or Adobe PDF form as an email attachment. No telephone responses will be accepted. No hard copies of the solicitation will be mailed. Material shall be delivered FOB Destination. System for Award Management (SAM). All responsible sources 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/. Quotes shall be valid for 30 days The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 CAGE Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.240-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-3 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. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.233-3 Protest After Award 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 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 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 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b7cd96c371984bcabd31298b2d8328c8/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Record
- SN05727621-F 20200723/200721230149 (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 |