Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

U -- Navy Culture of Excellence Ready, Relevant, Learning Training Curricula

Notice Date
8/14/2020 1:36:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N1OPNAV20200588
 
Response Due
8/21/2020 2:00:00 PM
 
Archive Date
09/05/2020
 
Point of Contact
Pete Certo
 
E-Mail Address
peter.certo@navy.mil
(peter.certo@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 under the test program for commercial items found at FAR 13.5, 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 FEDBIZOPPS and NECO (http://www.neco.navy.mil/).� The RFQ number is N1OPNAV20200588.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change Notice 200190628.� 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.� The NAICS code is 611710 and the Small Business Standard is $16.5 million.� 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 13.501(a)(1).� 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 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. The NAVSUP FLC Norfolk, Philadelphia Office intends to procure, on a sole source basis, services from Embry Riddle Aeronautical University for the OPNAV N17 21st Century Sailor Office to enhance, modify, and provide an interactive fully enhanced, web-based learning management system to Navy learners for a series of Culture of Excellence (COE) Ready, Relevant, Learning training curricula (Basic, Intermediate, Advanced, Leadership Development) incorporating both online and classroom face-to-face modalities and include both formative and summative assessments of the Navy Learners progress with learning outcomes. �These activities are intended to improve learning, diagnose deficiencies, and identify areas to improve future training.� This includes subject matter content (study guides, background literature, etc.); curricular engagement activities (curricular rubrics, case studies, interactive quizzes, summative / formative assessments, instructor tools); and final quantitative / qualitative assessment to monitor knowledge growth of critical thinking skills of Navy Learners as well as diagnose deficits and identify areas to improve future training.� Navy Learners, those Sailors responsible for shaping elements of Navy culture and in best positions to identify early signs of risk for problematic behavior, will be trained on foundational information for Primary Prevention (PP) and the Human Factors Process (HFP), approaches that will be delivered with the supporting tools and resources for translating to the deckplate level and PP/HFP program sustainment at the unit-level.� This process will allow for the needed skill building of Navy Learners while ensuring applicability to all Sailors in plain and easily understood language that will help to build capacity for promoting signature behaviors and preventing destructive behaviors across the Fleet.� The 12 month period of performance is anticipated to begin on or around 21 August 2020 followed by two consecutive 12 month option periods.� Each year will have a CLIN for labor, for travel, and for other direct costs.� Please provide an individual firm fixed price for each annual labor CLIN, see the attached PWS for the COST CLIN amounts for travel and other direct costs, and please provide an overall firm fixed price for the entire requirement. �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:� 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 including: 52.203-3, Gratuities (Apr 1984) 52.203-6 with Alt I, Restrictions on Subcontractor Sales to the Gov't (Sept 2006) 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation, 52.204-7 System for Award Management, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016), 52.204-22 Alternative Line Item Proposal (Jan 2017), 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�(Aug 2020) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment�(Aug 2020) 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-7, Information Regarding Responsibility Matter (Oct 2018) 52.217-5, Evaluation of Options (July 1990) 52.217-9, Option to Extend the Term of the Contract (March 2000) 52.219-8, Utilization of Small Business Concerns (Oct 2018) 52.219-9 Small Business Subcontracting Plan (Aug 2018) (Dev 2018-O0018) 52.219-16, Liquidated Damages � Subcontracting Plan (Jan 1999) 52.219-28 Post-Award Small Business Program Representation (Jul 2013), 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (April 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers w/ Disabilities (July 2014) 52.222-37, Employment Reports on Disabled Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.227-14, Rights in Data - General 52.232-33, Payment by Electronic Funds Transfer - SAM (Oct 2018) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013), 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.233-2, Service of Protest (Sept 2006) 52.237-1, Site Visit (April 1984) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) 52.245-1, Government Property (Jan 2017) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2, Clauses Incorporated by Reference (Feb 1998). All clauses shall be incorporated by reference in the order.� Additional contract terms and conditions applicable to this procurement are:� 252.201-7000, Contracting Officer's Representative (Dec 1991) DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.232-7006 Wide Area WorkFlow Payment Instructions, 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (Sep 2011), 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (Sep 2013), 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (Nov 2011), 252.204-7003 Control Of Government Personnel Work Product (Apr 1992), 252.204-7004 Level I Antiterrorism Awareness Training For Contractors (Feb 2019), 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (Oct 2016), 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (May 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 (Dec 2019) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.209-7004, Subcontracting w/ Firms�Terrorist Country (May 2019) 252.211-7007, Reporting of Government-Furnished Property (Aug 2012) 252.219-7003, Small Business Subcontracting Plan (May 2019) 252.223-7006 Prohibition on Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials�Basic (Sep 2014), 252.225-7048 Export Controlled Items (June 2013), 252.227-7015, Technical Data � Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000, Subcontracts for Commercial Items (June 2013) 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (April 2012) 252.245-7002, Reporting Loss of Government Property (Feb 2020) (Dev 2020-O0004) 252.245-7003, Contractor Property Management System Administration (April 2012) 252.245-7004, Reporting, Reutilization, and Disposal (March 2015) 252.247-7023 Transportation Of Supplies By Sea�Basic (Feb 2019). This announcement will close at 5 PM EST on 14 August 2020.� Contact Pete Certo who can be reached via email at peter.certo@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.� Quoters 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/. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8abd290169c44d598a4ca4c8fbb80b0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05758482-F 20200816/200814230152 (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  © 1994-2020, Loren Data Corp.