DAU Equivalent Classes for CON 280, CON 290, and CON 360
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format... PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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. Request For Quotation (RFQ) Number is N66604-19-Q-1168. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to procure Defense Acquisition University (DAU) equivalent training for; (1) CON 360, Contracting for Decision Makers; (2) CON 280, Source Selection and Administration of Service Contracts; and (3) CON 290, Contract Administration and Negotiation Techniques in a Supply Environment, as outlined below: CLIN Description QTY Period of Performance 0001 Instructor Led DAU CON 360 Equivalent Training; Contracting for Decision Makers, inclusive of travel and all required course material, for up to 25 students. 1 Job 2/25/2019 – 3/8/2019 0002 Instructor Led DAU CON 280 Equivalent Training; Source Selection and Administration of Service Contracts, inclusive of travel and all required course material, for up to 25 students. 1 Job 3/18/2019 – 3/29/2019 0003 Instructor Led DAU CON 290 Equivalent Training; Contract Administration and Negotiation Techniques in a Supply Environment, inclusive of travel and all required course material, for up to 25 students. 1 Job 4/22/2019 – 5/3/2019 NOTE For each of the above CLINs, please separately annotate on the quote the cost per student for students 26 – 30. This procurement is solicited as a 100% set-aside for small business under North American Industry Classification System (NAICS) Code for this acquisition is 611430 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is $11M. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror’s quote shall be for the above required training services during the Periods of Performance specified; and (2) the offeror shall be certified by DAU to provide the trainings; offerors shall submit a DAU Letter of Equivalency covering Fiscal Year 2019 with its quote. Offerors may quote for all three CLINs, a combination of any two CLINs, or for any single CLIN, as they are identified in the above table. Regardless of the number of CLINs being quoted, offerors shall submit a single quote showing independent pricing for any CLIN for which it wants to be considered for award. The Government will separately perform an LPTA analysis for each CLIN amongst the technically acceptable offerors (the definition of technically acceptable is defined above) for each CLIN. The Government will award a single contract if the LPTA quotes for each CLIN are all submitted by the same offeror. Otherwise, the Government will award up to three contracts based on the results of the LPTA analysis. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The provisions at FAR 52.212-1, Instructions to Offerors – Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions – Commercial Items, and 52.212-5, Contact Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, apply to this solicitation. Clauses 252.204-7009, Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. The Government’s preferred method of payment is Government Credit Card, if no additional charges apply. Please indicate acceptance of Government credit card on the quote. If additional charges apply, the Government will pay via Wide Area Workflow (WAWF). Performance of this requirement is at Naval Station (NAVSTA) Newport, RI 02841; please refer to Clause UW H-2-0004 (RFQ Enclosure 1). NOTE: This training will take place on NAVSTA, however the location of this class is a NUWCDIVNPT building, and must obtain a NUWCDIVNPT visitor pass as well as a DBIDS card as detailed in the two-step process below. STEP 1: All personnel need a visit request to visit NUWCDIVNPT because it is a restricted area. The preferred method is JPAS. If the offeror does not have JPAS, the offeror shall fax or email a visit request with the information contained in the attached Word Document (RFQ Enclosure 2). Incomplete visits will be rejected. The Government requires a minimum of 3 business days to process. STEP 2: One of the following is needed in order to enter the base, along with the NUWCDIVNPT visitor badge: (a) a CAC card; (b) a DBIDS card; or (c) a retired military ID Attached is the vetting spreadsheet (RFQ Enclosure 3) that NAVSTA accepts to conduct the vetting for a DBIDS card. The offeror will need a DBIDS card if it does not have the other required IDs. The spreadsheet may be submitted to Visitor Control (group email is nuwc_npt_access_control@navy.mil). NAVSTA requires 5 days to process a vetting spreadsheet. This 5-day period does not include the day of submission nor does it include weekends and holidays so the actual time is closer to two weeks. Except for denials, results are seldom returned so the general rule of thumb is that if there have been more than five days excluding day of submission and weekends/holidays, and you have not been notified of a rejection, you can assume the vetting is approved. Also, visitors must stop at Building 80 to receive their NUWCDIVNPT visitor pass before going to Naval Station Gate 1 to get a DBIDS card. Visitors must NOT try to enter NUWCDIVNPT with only their visitor pass without a DBIDS (or CAC) as the gate guard will confiscate their NUWCDIVNPT visitor pass and the individual will be turned around at the gate. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address) and contractor Cage Code. Quotes received after the closing date and time specified will be ineligible for award. Please submit a quote and all questions to Nicholas.salzano@navy.mil by 1400 on February 8, 2018. Enclosures: 1. Clause UW H-2-0004, Contactor Requirements for Performance on a Government Site 2. Visitor Request Information 3. Vetting Request Spreadsheet
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »