Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2024 SAM #8156
SOLICITATION NOTICE

U -- JRM Fire & Emergency Services Paramedic Education Program

Notice Date
3/25/2024 4:39:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
 
ZIP Code
96322-1500
 
Solicitation Number
N6824624Q0054
 
Response Due
3/28/2024 8:00:00 PM
 
Archive Date
04/13/2024
 
Point of Contact
Jason Perez, Phone: 6713395526, Rafael Eladio Battung, Phone: 6713395528
 
E-Mail Address
jason.q.perez.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil
(jason.q.perez.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0003 - The purpose of this amendment is to issue an updated Attachment Q & A dated 26MAR24 to provide a goverment response to request for information and to extend the due date and time of offers. Amendment 0002 - The purpose of this amendment is to issue an updated Attachment Q & A to provide a goverment response to� � requests for information. Amendment 0001 � The purpose of this amendment is to issue Attachment Q & A.� **All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.** (I)� This is a combined synopsis/solicitation for a commercial services requirement prepared in accordance with the format in FAR Subpart 12.6 using Simplified Acquisition Procedures, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) Solicitation number is N6824624Q0054 and is being issued as a Request for Quote (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through: � � � � � � � � � � � � �Federal Acquisition Circular (FAC) 2024-03 (IV) This requirement is a 100% Small Business Set-Aside.� The associate NAICS code is 611519 - Other Technical and Trade Schools - and the small business size standard is $21,000,000. (V) See Attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). (VI) The Government requires a commercial firm-fixed price contract to provide the Joint Region Marianas Fire & Emergency Services (JRM F&ES) contracted support with a Paramedic training program for candidates to successfully qualify and gain Nation Registry of Emergency Medical Technicians (NREMT) certification. See Attachment (1) � Statement of Work for the description of the requirement (VII) The ordering period will be for six (6) months with start date based on the course schedule. (VIII) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. (IX) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (X)� Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. (XI) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation. (XII) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) 52.219-6 ��Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222-3 ��Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2022) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.222-49 Service Contract Labor Standards�Place of Performance Unknown (NOV 2023) 52.224-2�� Privacy Act (APR 1984) 52.225-13 Restrictions on Certain Foreign Purchases�(Feb 2021) (XIII) The following additional clauses and provisions also apply to this requirement: Clauses: 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (JUN���� 2010) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or ����Equipment (NOV 2021) 52.209-6�� Protecting the Government�s 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) 52.219-6�� Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post-Award Small Business Program Representation (MAR 2023) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 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 for Contractor Workers Under Executive Order 14026 (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) 52.224-3�� Privacy Training (JAN 2017) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 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 (MAR 2023) 52.233-3�� Protest after Award (AUG 1996) 52.233-4�� Applicable Law for Breach of Contract Claim (OCT 2004) 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) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) 252.204-7015 Notice of Authorize Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (JAN 2023) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) 252.232-7010 Levies on Contract Payments (DEC 2006) Provisions: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance �� �Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 52.219-1�� Small Business Program Representations (OCT 2022) 52.212-3� �Offeror Representations and Certifications�Commercial Products and ��������������� ��Commercial Services (NOV 2023) 52.222-25 Affirmative Action Compliance (APR 1984) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions �� �Relating to Iran�Representation and Certifications (JUN 2020) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC� 2019)�������� 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023) Attachment (2) Wage Determination: Service Contract Act WD # 2015-5693 Rev 20 There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. (XIV) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. (XV) The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. (XVI) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/534eb8e0fc8645edbbf07b49c4cd84c6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07007675-F 20240327/240325230051 (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.