Buy view verbal defense and influence instructors course training 905939

Page 1

View Details for Buy # 905939 General Buy Information Buy #:

905939

Solicitation #:

N0024418Q0041

Buy Description :

Verbal Defense and Influence Instructors Course Training

Category :

U -- Education and Training Services

Sub Category :

U099 -- Other Education and Training Services

NAICS :

611699 -- All Other Miscellaneous Schools and Instruction

FedBizOpps Solicitation :

Yes

Set-Aside Requirement :

No Set-Aside Restriction

Buyer :

FLC - San Diego

End Date :

01/25/2018

End Time :

15:00 ET

Seller Question Deadline:

1/22/2018 - 15:00 ET

Delivery:

30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

View Question & Responses

Line Item(s) Template - Optional You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to FedBid and click Start Bid. Proceed to the Line Items screen to upload the information. DOWNLOAD TEMPLATE

Line Item(s) Item No

Description

Qty

Unit

001

TRAINING COURSE: VERBAL DEFENSE & INFLUENCE INSTRUCTOR THIS TRAINING COURSE IS A ONE-TIME “TRAIN THE TRAINER” TRAINING COURSE FOCUSED ON “VERBAL DEFENSE AND INFLUENCE INSTRUCTORS” AS THOROUGHLY DESCRIBED WITHIN THE ENCLOSED STATEMENT OF WORK (SOW). THIS TRAINING SHALL BE HELD FOR 15 STAFF MEMBERS AT NAVAL CONSOLIDATED BRIG (NAVCONBRIG) MIRAMAR BETWEEN 01 APR 2019 THRU 30 APR 2018. CONTRACTOR MUST MAKE DETERMINATION FOR ONE-DAY OR MULTI-DAY TRAINING COURSE EVENT. TRAINING TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN.

1

GP

002

MATERIALS FOR TRAINING COURSE AT NAVCONBRIG (MIRAMAR) MATERIAL COST TO INCLUDE ALL NECESSARY FACILITATION SUPPLIES TO COMPLETE THE REQUESTED TRAINING COURSE HEREIN. THIS TRAINING COURSE IS A ONETIME “TRAIN THE TRAINER” TRAINING COURSE FOCUSED ON “VERBAL DEFENSE AND INFLUENCE INSTRUCTORS” AS THOROUGHLY DESCRIBED WITHIN THE ENCLOSED STATEMENT OF WORK (SOW). THIS TRAINING SHALL BE HELD FOR 15 STAFF MEMBERS AT NAVAL CONSOLIDATED BRIG (NAVCONBRIG) MIRAMAR BETWEEN 01 APR 2019 THRU 30 APR 2018. CONTRACTOR MUST MAKE DETERMINATION FOR ONE-DAY OR MULTI-DAY TRAINING COURSE EVENT. TRAINING TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN.

1

GP

003

TRAVEL COSTS ESTIMATE COSTS FOR TRAVEL COST TO INCLUDE: AIRFARE ROUND TRIP, CAR RENTAL, MOTEL ACCOMODATIONS, PER DIEM, ETC. IN ACCORDANCE WITH (IAW) JOINT TRAVEL REGULATIONS. NO PROFIT WILL BE PAID ON TRAVEL. THIS TRAINING COURSE IS A ONE-TIME “TRAIN THE TRAINER” TRAINING COURSE FOCUSED ON “VERBAL DEFENSE AND INFLUENCE INSTRUCTORS” AS THOROUGHLY DESCRIBED WITHIN THE ENCLOSED STATEMENT OF WORK (SOW). THIS TRAINING SHALL BE HELD FOR 15 STAFF MEMBERS AT NAVAL CONSOLIDATED BRIG (NAVCONBRIG) MIRAMAR BETWEEN 01 APR 2019 THRU 30 APR 2018. CONTRACTOR MUST MAKE DETERMINATION FOR ONE-DAY OR MULTI-DAY TRAINING COURSE EVENT. TRAINING TO BE PERFORMED IN ACCORDANCE WITH STATEMENT OF WORK HEREIN.

1

GP

Bidding Requirements Instructions Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following nonpricing information: ALL BIDDERS MUST INCLUDE DATA SUBMISSION REQUIREMENTS TO BE CONSIDERED FULLY RESPONSIVE TO THIS SOLICITATION: Contractors shall provide the following to support their quotation: (1) Technical narrative and other applicable related literature not to exceed (12) pages (in accordance with FAR 52.212-1-(b)(4); (1) copy (2) Pricing Data (1) copy. (3) Offeror Past Performance Information per 52.212-2. (1) copy. Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Meet or Exceed: The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Minimum Bid Decrement is $100: The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Purchase Order or Delivery Order: Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Set-Aside Requirement: There is no Set-Aside restriction for this Buy. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Evaluation Criteria/Basis of Award: Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations


and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Default Terms: Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms Name

Description

Miscellaneous

This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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

NAICS

The NAICS code is 611699 and the Small Business Standard is $11.0M

FOB Destination

FAR 52.247-34, F.o.b. Destination applies

No partial bids allowed

No partial shipments are permitted unless specifically authorized at the time of award.

Offer Period

Bid MUST be good for 30 calendar days after close of Buy.

ORCA Registration

FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.

FAR Site

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/

52.204-10

52.204-10 Reporting Subcontract Awards.

52.209-2

Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)

52.209-10

Prohibition on Contracting with Inverted Domestic Corporations (May 2012)

52.212-2

52.212-2 Evaluation - Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii)price; Technical and past performance, when combined, are more important than price.

52.212-5

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items.

52.219-28

52.219-28 Post-Award Small Business Program Rerepresentation.

52.222-3

52.222-3 Convict Labor

52.222-19

52.222-19 Child Labor--Cooperation with Authorities and Remedies

52.222-21

52.222-21 Prohibition of Segregated Facilities

52.222-26

52.222-26 Equal Opportunity

52.222-35

52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

52.222-36

52.222-36 Affirmative Action for Workers w/ Disabilities

52.222-37

52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.

52.223-18

52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)

52.225-13

52.225-13 Restrictions on Certain Foreign Purchases.

252.211-7003

252.211-7003 Item Identification & Valuation (AUG 2008)

252.212-7001

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)

252.232-7003

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.

252.247-7023

252.247-7023 Transportation of Supplies by Sea (MAY 2002)

252.247-7023 (iv) Alt III

252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.

252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252

252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.

5252.NS-043C

Fleet Fast Pay

252.203-7000

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

DFARS Clause 252.203-7998

Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)

DFAR Clause 252.203-7999

Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)

252.204-7003

Control of Government Personnel Work Product (April 1992)

DFARS Clause 252.204-7012

Safeguarding of Unclassified Controlled Technical Information

252.209-7998

Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)

252.225-7001

Buy American Act & Balance of Payments (Oct 2011)

REVIEW OF AGENCY PROTEST

The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action.

UNIT PRICES

Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request.

ECMRA

Enterprise-wide Contractor Manpower Reporting Application (ECMRA) CONTRACTOR MANPOWER REPORTING LANGUAGE FOR CONTRACT PERFORMANCE WORK STATEMENTS and Related Background Information The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of


services provided under this contract for the Verbal Defense and Influence Instructors Course via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil.

Shipping Information City

State

Zip Code

See Statement of Work

Buy Attachment(s) No .

Document Name

1

STATEMENT_OF_WORK.pdf

19 KB

2

OFFEROR_PAST_PERFORMANCE_TEMPLATE.docx

15 KB

Š 2001- 2018 FedBid Inc., All Rights Reserved

Document Size

Toll-free: 877-933-3243 | Accessibility Information | Privacy | Terms | Feedback | Contact Us


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.