Search Contract Opportunities

i2 Analyst Notebook Training   2

ID: FY24-12140594 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Solicitation number/FY23-12136973 is hereby issued as a Request for Quote (RFQ). The

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, Dated 22 May 2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20240425. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for Small Business under North American Industry Classification Standards (NAICS) code 611519.

This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government. A best value to the government under FAR Part 13 allows the contracting officer broad discretion to evaluate offers based on price and non-priced factors. Non-price factors that may be considered include past performance, technical capability/experience (include instructor resumes in response), and vendor's capacity to perform. Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.

ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.

Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.

Responses must be submitted in writing no later than 22 June 2024 at 2:00 P.M. (Pacific Time) to dennis.k.jutras.civ@army.mil. All questions regarding this RFQ must be submitted by email no later than 24 hours prior to RFQ closing time.

*ALL QUESTIONS MUST SUBMITTED IN WRITING (EMAIL)*

Description of Requirement

CLIN 0001: FY24 Training i2 ANB Basic (15 students)

Virtual Delivery *See PWS for details*

Cost per Iteration: $_______________

QTY: 4 (ea.)

CLIN Total: $_______________

Training Dates:

15-17 July 2024

5-7 August 2024

26-28 August 2024

16-18 September 2024

CLIN 0002: FY24 Training i2 ANB Advanced (15 students)

Virtual Delivery *See PWS for details*

Cost per Iteration: $_______________

QTY: 4 (ea.)

CLIN Total: $_______________

Training Dates:

18-19 July 2024

8-9 August 2024

29-30 August 2024

19-20 September 2024

Period of Performance: 1 July 2024 30 September 2024 (anticipated dates listed in CLIN, however training may be rescheduled anytime during this period if necessary)

Extended Description

Please see Performance Work Statement (PWS) for full details of training requirement. Vendor's quote must be a single firm fixed price inclusive of all training materials, labor requirements, administrative costs, etc.

*Service Contract Act Wage Determinations Apply Location specific wage determinations may be found at: https://sam.gov/content/wage-determinations

PROVISIONS AND CLAUSES

Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil.

FAR 52.204-7, System for Award Management Registration

FAR 52.204-9, Personal Identity Verification of Contractor Personnel

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-16, Commercial and Government Entity Code Maintenance

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items all or none is the evaluation criteria. This is a best value decision.

FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov

FAR 52.212-4, Contract Terms and Condition-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-28, Post Award Small Business Representation

FAR 52.222-3, Convict Labor

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

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Affirmative Action for Workers with Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-5, Pollution Prevention and Right to Know Information

FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-3, Protest after Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.237-1, Site Visit

FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation

FAR 52.252-2, Clauses Incorporated by Reference SEE http://farsite.hill.af.mil

DFARS 252.201-7000, Contracting Officer's Representative

DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law

DFARS 252.211-7003 Item Unique Identification and Valuation.

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

DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials

DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payments Program

DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea Alt III

Submission of Invoices

In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.

Background
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in subpart 12.6, as supplemented with additional information included in this notice. The solicitation number/FY23-12136973 is hereby issued as a Request for Quote (RFQ). The acquisition is 100% set aside for Small Business under code 611519. The RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government.

Work Details
The solicitation is for FY24 Training – i2 ANB Basic and Advanced, each with 15 students, with virtual delivery. The cost per iteration and total quantity are specified for each training, along with the training dates. The period of performance is from 1 July 2024 to 30 September 2024, and it may be rescheduled anytime during this period if necessary.
The Performance Work Statement (PWS) provides full details of the training requirement, and the vendor's quote must be a single firm fixed price inclusive of all training materials, labor requirements, administrative costs, etc.

Period of Performance
1 July 2024 – 30 September 2024

Overview

Response Deadline
June 25, 2024, 5:00 p.m. EDT (original: June 22, 2024, 5:00 p.m. EDT) Past Due
Posted
June 11, 2024, 11:50 a.m. EDT (updated: June 18, 2024, 6:59 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Camp Murray, WA 98430 United States
Source
SAM

Current SBA Size Standard
$21 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
62% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/11/24 Washington National Guard issued Synopsis Solicitation FY24-12140594 for i2 Analyst Notebook Training due 6/25/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 611519 (SBA Size Standard $21 Million) and PSC U099.
Primary Contact
Name
Dennis Jutras   Profile
Phone
(509) 532-2874

Documents

Posted documents for Synopsis Solicitation FY24-12140594

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FY24-12140594

Award Notifications

Agency published notification of awards for Synopsis Solicitation FY24-12140594

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FY24-12140594

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FY24-12140594

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FY24-12140594

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7N6 USPFO ACTIVITY WA ARNG
FPDS Organization Code
2100-W912K3
Source Organization Code
100255321
Last Updated
July 10, 2024
Last Updated By
dennis.k.jutras.civ@army.mil
Archive Date
July 10, 2024