SOLICITATION NOTICE
U -- SANS Training
- Notice Date
- 4/5/2023 5:04:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060423Q4044
- Response Due
- 4/5/2023 11:00:00 AM
- Archive Date
- 04/30/2023
- Point of Contact
- Carter Garrison 502 905 4838
- E-Mail Address
-
richard.c.garrison.civ@us.navy.mil
(richard.c.garrison.civ@us.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 in FAR 13, 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 SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060423Q4044. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-02 and DFARS Publication Notice 20230322. 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/darCourse titel and Quanmtity addeds/dfarspgi/current/index.html. The NAICS code is 541519 and the Small Business Standard is $34 Million. This is a sole source non-set-aside acquisition. The Small Business Office concurs with the set-aside decision. The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests a response from a vendor capable of providing: CLIN 0001 SANS Technical Training: Tailored training voucher, managed via the SANS Admin Tool, for 31 courses from all SANS Institute offerings, including: Course Title and Quantity FOR500 x 6 FOR508 x 5 FOR572 x 5 SEC503 x 5 SEC555 x 5 SEC599 x 5 Period of performance begins on or about 10APR23 and runs through 30SEP23; Delivery Location: Naval Information Operations Command 250 Hospital Way, Bldg 324 Pearl Harbor HI, 96860 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: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-20 Predecessor of Offeror AUG 2020 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition of Contracting for Certain Tele communications and Video Surveillance Services or Equipment NOV 2021 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services NOV 2021 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services--Alternate I OCT 2014 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services DEC 2022 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services DEC 2022 52.219-28 Post-Award Small Business Program representation - Alternate I MAR 2020 52.222-3 Convict Labor JUNE 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 52.222-50 Combating Trafficking in Persons NOV 2021 52.222-55 Minimum Wages Under Executive Order 13658 JAN 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.232-33 Payment by Electronic Funds Transfer-System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions NOV 2020 52.252-6 Authorized Deviations in Clauses NOV 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information JAN 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.204-7016 Covered Defense Telecommunications Equipment or Service Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. JAN 2023 252.225-7048 Export Controlled Items JUNE 2013 252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. DEVIATION 2020 O0015 MAY 2020 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft System Representation. DEVIATION 2020 O0015 MAY 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Work Flow Payment Instructions JAN 2023 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JAN 2023 252.244-7000 Subcontracts for Commercial Items JAN 2023 252.247-7023 Transportation of Supplies by Sea Basic JAN 2023 Attachments 1. FAR 52.212-3 Jun 2020 Alt I 2. Wage Determination No 2015 5689 Rev 19 3. FAR 52.204-24 Reps Regarding Certain Telecommunications Oct 2020 4. Redacted J and A for less than full and open competition. Quoters shall include a completed copy of 52.212-3 and its ALT I as well as 52.204-24 with quotes. This announcement will close at 1400 Hawaiian Standard Time on 05 Apr 2023. Contact Carter Garrison who can be reached at 502-905-4838 and via email at richard.c.garrison.civ@us.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. Evaluation will be made based upon the Lowest Price Technically Acceptable (LPTA). In order to be considered technically acceptable a quote must provide a price for each requested course in the specified quantities listed above. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(i). 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f8834b802274f2da0b4922d262125f9/view)
- Place of Performance
- Address: Naval Information Operations Command250 Hospital Way, Bldg 324, Pearl Harbor, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06640772-F 20230407/230405230104 (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 |