Hawaii Bids > Bid Detail

6910 - Arbinger Institute Training Materials

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159066801181988
Posted Date: Sep 11, 2023
Due Date: Sep 13, 2023
Solicitation No: N0060423Q4095
Source: https://sam.gov/opp/a01c88f48c...
Follow
6910 - Arbinger Institute Training Materials
Active
Contract Opportunity
Notice ID
N0060423Q4095
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC PEARL HARBOR
Office
NAVSUP FLT LOG CTR PEARL HARBOR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Sep 11, 2023 02:59 pm MDT
  • Original Date Offers Due: Sep 13, 2023 02:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 323111 - Commercial Printing (except Screen and Books)
  • Place of Performance:
    CREDO HI NAVREG HAWAII
    c/o: LT Arthur Briggs
    1601 FREDRICK ST., JBPHH, HI
    96860
    USA
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 FAR Part 13, 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 SAM.gov and NECO (https://www.neco.navy.mil/).

The RFQ number is N0060423Q4095. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-05 and DFARS Publication Notice 2023-08-17. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 323111 and the Small Business Standard is 650 employees. This is a 100 percent Small Business Set Aside. The Small Business Office concurs with the set-aside decision.
The proposed contract action is for brand name only. The brand name is Arbinger Institute and the items are listed below. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached.

The NAVSUP FLC Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing:

CLIN 0001:         OI Legacy Participant Workbook (including printed access code for digital access), QTY: 100,                 U/I: EA
CLIN 0002:        Outward Performance Participant Workbook (including access to digital workbook and content),                 QTY: 125, U/I: EA
CLIN 0003:        Shipping and Handling, QTY; 1, U/I: GP

Delivery is to FOB Destination and items are to be received 30-45 days After Receipt of Order (ARO); Delivery Location is:
CREDO HI NAVREG HAWAII
c/o: LT Arthur Briggs
1601 FREDRICK ST.
JBPHH, HI 96860-5105
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Attachments
Attachment 1 - Redacted Brand Name Justification
Attachment 2 - 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Products and Commercial Services (Sep 2023)
Attachment 3 - 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment (Nov 2021)

The following FAR provision and clauses are applicable to this procurement:
Provisions:
52.204-7        System for Award Management        (OCT 2018)
52.204-16        Commercial and Government Entity Code Reporting (AUG 2020)
52.204-24        Representation Regarding Certain Telecommunications and Video Surveillance Services                         or Equipment (NOV 2021)
52.212-1        Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023)
52.212-3        Offeror Representations and Certifications-Commercial Products and Commercial                         Services--Alternate I (OCT 2014)
Clauses:
52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements                        (JAN 2017)
52.204-10        Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
52.204-13        System for Award Management Maintenance (OCT 2018)
52.204-18        Commercial and Government Entity Code Maintenance (AUG 2020)
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)
52.204-27        Prohibition on a ByteDance Covered Application (JUN 2023)
52.209-6        Protecting the Governments 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)
52.212-4        Contract Terms and Conditions-Commercial Products and Commercial Services                                (DEC 2022)
52.212-5        Contract Terms and Conditions Required To Implement Statutes or Executive Orders-                        Commercial Products and Commercial Services (JUN 2023)
52.219-6        Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28        Post-Award Small Business Program Representation (MAR 2023)
52.222-3        Convict Labor (JUNE 2003)
52.222-19        Child Labor-Cooperation with Authorities and Remedies (DEC 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)
52.225-13        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 (NOV 2021)
52.233-3        Protest after Award (AUG 1996)
52.233-4        Applicable Law for Breach of Contract Claim (OCT 2004)
Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.
All clauses shall be incorporated by reference in the order.
Additional contract terms and conditions applicable to this procurement are:
Provisions:
252.203-7005        Representation Relating to Compensation of Former DoD Officials (SEP 2022)
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)
252.225-7000        Buy American--Balance of Payments Program Certificate-Basic (NOV 2014)
252.225-7055        Representation Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7973        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-                                Representation (DEVIATION 2020-O0015) (MAY 2020)
Clauses:
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 Authorized 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)
252.204-7021        Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement                 (JAN 2023)
252.211-7003        Item Unique Identification and Valuation (JAN 2023)
252.223-7008        Prohibition of Hexavalent Chromium (JAN 2023)
252.225-7001        Buy American and Balance of Payments Program--Alternate I (JAN 2023)
252.225-7048
252.225-7056        Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.225-7972        Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems                                 (DEVIATION 2020-O0015) (MAY 2020)
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)
252.239-7098        Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network                 is Designed to Block Access to Certain Websites - Representation (DEVIATION 2021-O0003)                 (APR 2021)
252.244-7000        Subcontracts for Commercial Products and Commercial Services (JAN 2023)
252.247-7023        Transportation of Supplies by Sea--Basic         (JAN 2023)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
Procedures in FAR 13.106 are applicable to this procurement.
While price will be a significant factor in the evaluation of offers, the final contract award will be based on the Lowest Priced Technically Acceptable quote and a determination of responsibility.

Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).

Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.
The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: SAM, Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS).

Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary.
However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.
Questions regarding the solicitation: Questions shall be submitted electronically to paul.j.carrara.civ@us.navy.mil.
Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060423Q4095 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 1600 MST (Mountain Standard Time) on 13 SEP 2023. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.

This announcement will close at 1600 MST on 13 SEP 2023. Contact Paul Carrara who can be reached at (808 783-6903 or email paul.j.carrara.civ@us.navy.mil.
System for Award Management (SAM).
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/.

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
Attachments/Links
Contact Information
Contracting Office Address
  • SUITE 100 1942 GAFFNEY STREET
  • PEARL HARBOR , HI 96860-4549
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 11, 2023 02:59 pm MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >