Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

U -- Data Literacy, Analysis, & Visualization Training

Notice Date
8/7/2020 9:53:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611420 — Computer Training
 
Contracting Office
FOREIGN SERVICE INSTITUTE WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19FS1A20Q5000
 
Response Due
8/19/2020 1:00:00 PM
 
Archive Date
09/03/2020
 
Point of Contact
Eric Modrak
 
E-Mail Address
ModrakER@state.gov
(ModrakER@state.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
19FS1A20Q5000 Amendment 001 is posted to: Provide an updated Attachment 1 PWS (v2) Provide an updated Attachment 4 Section L Instructions to Offerors (v2) Attached the Questions & Answers (Q&A) Document.� This Q&A document shall be incorporated into any resultant award(s). To avoid confusion, the original versions of Attatchment 1 and 4 have been deleted from this Amendment 001. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in�Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 19FS1A20Q5000.� The solicitation is issued as an RFQ under FAR Part 12 utilizing policies and procedures from FAR Part 13.� The government intends to award 1 IDIQ contract as a result of this solicitation.� Multiple IDIQ awards are contemplated only in a case when the government determines more than 1 award is required to obtain best value in delivery of all 6 workshop types.� Only one vendor will be awarded per each workshop type. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Current through 20200701 (FR DOC 2020-13862) (iv) Pursuant to clause 52.219-30, this opportunity is a total (reserved 100%) for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program business vendors under NAICS code 611420.� The small business size standard for this NAICS code is $12 million.� (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). The minimum value of the IDIQ is $5,000.� The government intends to issue a task order concurrently with IDIQ award to satisfy the minimum. The total value of all orders placed under any resultant IDIQ award(s) shall not exceed $5 million. Line 1: Daily Rate for delivery of any of the 6 course types.� Pricing for each of the 6 course varieties shall be a uniform fully burdened firm-fixed price daily rate. *Submit pricing via the Price Matrix* (vi) Description of requirements for the items to be acquired. Please review the Performance Work statement (Attachment 1) attached to this requirement. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. IDIQ award will include a one year base year and four additional one year option years.� Services will be performed on site at 4000 Arlington Blvd., Arlington, VA 22204. (viii) The provision 52.212-1 Instructions to Offerors---Commercial Items applies to this acquisition.� The provision includes an addenda as follows: The provision is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (e) Multiple offers will not be accepted. One solution/response to satisfy the requirements in the solicitation by the solicitation closing date is requested. Please see the Section L Instructions to Offerors document (Attachment 4) attached to this combined solicitation synopsis for the specific instructions for submission of quotes. (ix) The provision 52.212-2 Evaluation�Commercial Items is included.� Please see the 52.212-2 Evaluation Factors document (Attachment 2) attached to this combined solicitation synopsis for the specific evaluation criteria that are applicable. (x) Offerors shall include a completed copy of the provision at 52.212-3 Offer Representations and Certification---Commercial Items with their offer. � (xi) The clause 52.212-4 Contract Terms and Conditions�Commercial Items applies to this acquisition.� The clause includes an addenda as follows: The clause 52.212-4 Contract Terms and Conditions--Commercial Items is tailored in the following manner: (c) Changes Unilateral within scope change orders (including de-obligations of unliquidated funding after the end of performance) are permitted per the terms of 52.243-3: (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.). (3) Place of performance of the services. (4) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications. (5) Method of shipment or packing of supplies. (6) Place of delivery. (7) Amount of Government-furnished property. (b) If any change causes an increase or decrease in any hourly rate, the ceiling price, or the time required for performance of any part of the work under this contract, whether or not changed by the order, or otherwise affects any other terms and conditions of this contract, the Contracting Officer will make an equitable adjustment in any one or more of the following and will modify the contract accordingly: (1) Ceiling price. (2) Hourly rates. (3) Delivery schedule. (4) Other affected terms. (c) The Contractor shall assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) Failure to agree to any adjustment will be a dispute under the Disputes clause. However, nothing in this clause excuses the Contractor from proceeding with the contract as changed. (End of clause) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. Additionally, the following FAR clauses included within the 52.212-5 clause apply to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 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 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation 52.219-30 Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 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 52.222-54 Employment Eligibility Verification 52.223-18 Encouraging Contracting Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contracting Claim � (xiii) Additional contract requirement(s) or terms and conditions The full text of all Federal Acquisition Regulation (FAR) provisions and clauses incorporated by reference can be found here: https://acquisition.gov/browsefar The full text of all Department of State Acquisition Regulation (DOSAR) provisions and clauses incorporated by reference can be found here: https://www.acquisition.gov/dosar In addition to clauses under FAR 52.212-5, the following FAR provisions and clauses are also incorporated by reference: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.209-7 Information Regarding Responsibility Matters 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 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 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information System 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.216-18 Ordering 52.216-19 Ordering Limitations 52.216-22 Indefinite Quantity 52.216-27 Single or Multiple Awards 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.225-19 Contractor Personnel in a Designed Operations Area of Support a Diplomatic or Consular Mission Outside the United States In addition to clauses found in the FAR, the following agency DOSAR provisions and clauses are incorporated by reference: 652.2040-70 Department of State Personal Identification Card Policy and Procedures 652.206-70 Advocate for the Competition/Ombudsman 652.225-70 Arab League Boycott of Israel 652.225-71 Section 8(a) of the Export Admin Act of 1979, As Amended 652.232-72 Limitation of Funds 652.237-72 Observance of Legal Holidays and Administrative Leave 652.242-70 Contracting Officer�s Representative In addition to clauses under the FAR and DOSAR, the following local clauses including Special Contract requirements are incorporated into this solicitation and any resultant awards.� The following clauses can be found in full text via Attachment 7: Section G: FSI 1: FSI INVOICING INSTRUCTIONS AND NON-PAYMENT FOR UNAUTHORIZED WORK FSI 4: Contractor Self-Identification � Section H Special Contract Requirements: Smoke Free Workplace Notice Removal from Duty Parking and Government Facility Entry Key Personnel Safeguarding of Information In order to be considered compliant and receive further evaluation, offers shall affirm that they can deliver all six workshop varieties and submit technical and price quotes that address all six workshop varsities.� The government intends to make a single award to one offeror qualified to deliver all workshops and will not evaluate quotes that stipulate delivery of only one or two workshop types.� The government reserves the right to make multiple awards when deemed necessary to achieve best value for all six workshop varieties.� If multiple awards are made, no more than one contractor will receive an award to develop and deliver each workshop type.� Please see the Section L Instructions to Offerors document attached to this combined solicitation synopsis for the specific instructions for submission of quotes. (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A (xv) The date, time and place offers are due. Offers are due via email on August 19, 2020 at 4PM Eastern Standard Time.� Offers shall only be submitted electronically via email as .pdf attachment to ModrakER@state.gov.� Please note, the due date for questions is Monday August 3, 2020 at 12:00 p.m. Eastern Standard Time.� Additional information can be found on Attachment 4 Please see Attachment 4 Section L Instructions to Offerors. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. The point of contact for this solicitation is Contracting Officer Eric Modrak. ModrakER@state.gov.� Please contact via email and not telephone. (17) Place of Contract Performance. 4000 Arlington Blvd., Arlington, VA, 22204 and remotely as needed.� Pricing is uniform whether remote delivery or in person classroom delivery at government location.� (18) Set-aside Status. Pursuant to clause 52.219-30, this opportunity is a total (reserved 100%) set-aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program that are small businesses under NAICS code 611420.� The small business size standard for this NAICS code is $12 million.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67920ba314824c29be00105ceda2fbdd/view)
 
Place of Performance
Address: Arlington, VA 22204, USA
Zip Code: 22204
Country: USA
 
Record
SN05749370-F 20200809/200807230140 (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.