TANKER OPERATIONS TRAINING

expired opportunity(Expired)
From: Federal Government(Federal)
SP4702-18-Q-0505

Basic Details

started - 02 Jun, 2018 (about 6 years ago)

Start Date

02 Jun, 2018 (about 6 years ago)
due - 19 Jun, 2018 (about 5 years ago)

Due Date

19 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
SP4702-18-Q-0505

Identifier

SP4702-18-Q-0505
Defense Logistics Agency

Customer / Agency

Defense Logistics Agency
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Service AcquisitionPR: 71530011FR: 200076698Ledger: 61002520Cost Center: 2034037Request for Quote: SP4702-18-Q-0505Description: Tanker Operations Training (Performance Work Statement, Attachment # 1)Period of Performance: September 30, 2018Location: Defense Logistics Agency, Energy Okinawa, Japan.Contract Lines: 0001 "Educational Service" and 0002 "Travel" (Section B, Attachment # 2).Set-Aside 100% Small Business, Firm-Fixed-Price, and Commercial AcquisitionPeriod of Performance: September 30, 2018Non-Personal ServiceFOB Inspection and Acceptance at Destination (WAWF Acceptance DoDAAC# SC0922)FAR 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", FAR 13 "Simplified Acquisition Procedures", and FAR 37 "Service Contracting" will be utilized.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation, SP4702-18-Q-0505, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. Solicitation opening date is June 2, 2018 and closing date is June 19, 2018.This procedure combines the synopsis required by FAR 5.203 and the issuance of the solicitation into a single document.The NAICS code is 611430 andThe small business size standard is $11,000,000.00.The following commercial items are requested in this solicitation:Performance Work Statement, see attachment # 1Contract Line Item Numbers (CLINs), Section B, see attachment # 2Full Text and Provisions and Clauses, see attachment # 3It is anticipated that a firm-fixed price purchase order will be awarded for the requested non-personal service as a result of this synopsis/solicitation. Award will be based on Technical Service Acceptability, Technical Qualifications of Proposed Staffing, and Past Performance. Single award is expected to be made for this acquisition.The following FAR, DLAD, and DFARS provisions and clauses are incorporated into this solicitation by reference:C05 "Changes to Key Personnel.52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform to Employees of Whistleblower Rights (APR 2014) FAR52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidential Agreements or Statements-Representation (JAN 2017) FAR252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2011) DFARS252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS52.204-7, System for Award Management (OCT 2016) FAR52.204-16, Commercial and Government Entity Code Reporting (JUL 2015) FAR52.204-18, Commercial and Government Entity Code Maintenance (JUL 2015) FAR52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) FAR252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS252.204-7008, Compliance with Safeguard Covered Defense Information Controls (OCT 2016) DFARS (see attachment #3)252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS (See attachment #3)252.204-7011, Alternative Line Item Structure (SEP 2011) DFARS252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2016) DFARS (See attachment 3)252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS52.212-1, Instruction to Offerors - Commercial Items (OCT 2015) FAR52.212-2 Evaluation- Commercial Items (OCT 2014) FAR (see attachment #3)52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2016) FAR (see attachment #3)52.212-3 Offeror Representations and Certifications-Commercial Items, Alternate I (OCT 2014) FAR52.212-4 Contract Terms and Conditions- Commercial Items (JAN 2017) FAR (see attachment #3)Addendum to 52.212-04 Contract Terms and Conditions- Commercial Items - USA MANUFACTURED ITEM "ONLY".52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (NOV 2017) FAR (see attachment #3)L08, Use of Past Performance Information Retrieval System- Statistical reporting in Past Performance Evaluations (OCT 2016) DLAD52.216-24, Limitations of Government Liability (APR 1984) FAR (see attachment #3)52.216-25, Contract Definitization (OCT 2010) FAR (see attachment #3)52.222-01, Notice to the Government of Labor Disputes (Feb 1997) FARM08, Section 508 Requirements252.225-7048, Export - Controlled Items (JUN 2013) (see attachment #3) DFARS252.227-7015, Technical Data - Commercial Items (FEB 2014) DFARS52.227-1, Authorization and Consent (DEC 2007) FAR52.227-2, Notice and Assistance Regarding Patent and Copyrights Infringement (DEC 2007) FAR52.228-5 Insurance-Work on a Government Installation (Jan 1997) FAR52.232-17, Interest (MAY 2014) FAR52.232-18, Availability of Funds (APR 1984) FAR52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR252.232-7010, Levis on Contract Payments (DEC 2006) DFARS252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS252.323-7006, Wide Area Workflow Payment Instructions (MAY 2013) DFARS (see Attachment #3)52.233-9001, Dispute-Agreement to Use Alternate Dispute Resolution (DEC 2016) DLAD52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR52.237-3, Continuity of Services (Jan 1991) FAR52.242-15, Stop - Work Order (AUG 1989) FAR52.242-17, Government Delay of Work (APR 1984) FAR52.246-4, Inspection of Services - Fixed Price (AUG 1996) FAR252.246-7000, Material Inspection and Receiving Report (MAR 2008) DFARS252.246-7003, Notification of Potential Safety Issues (JUN 2013) DFARS52.247-34, F.O.B. Destination (NOV 1991) FAR52.247-58, Loading, Blocking, and Bracing of Freight Car Shipments (APR 1984) FAR52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR52.252-2, Clauses Incorporated by Reference (FAR 1998) FAR52.252-5, Authorized Deviations in Provisions (APR 1984) FAR52.252-6, Authorized Deviations in Clauses (APR 1984) FAR52.253-1, Computer Generated Forms (JAN 1991) FARSystem of Award Management RequirementNo award will be made to a Contractor not registered in the System of Award Management (SAM). In addition, the Contractor's Representations and Certification must be listed in the SAM database. Reference https://www.acquisition.gov or https://www.sam.gov/portal/public/SAM/.Note: There is no fee to register and use this site.During the contract, the Contractor must always have an active status in SAM during the life of this contract.Invoices will be paid using the financial information provided in the Contractor's SAM profile. Failure to keep an active status may result in payment delays and other administration delays.The following clauses are incorporated by full text. The full text is found in Attachment #3.252.204-7008, Compliance with Safeguard Covered Defense Information Controls (OCT 2016) DFARS252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) DFARS252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2016) DFARS52.212-2 Evaluation- Commercial Items (OCT 2014) FAR52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2016) FAR52.212-4 Contract Terms and Conditions- Commercial Items (JAN 2017) FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (NOV 2017) FAR52.216-24 Limitation Of Government Liability (APR 1984 FAR52.216-25 Contract Definitization (OCT 2010) FAR252.225-7048 Export Controlled Items (JUN 2013) DFARS252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013) DFARSStandard Form (SF) - 1449 (pages 1 and 2), see attachment # 4.Quotes are due by 3:00 p.m. (EST) time on June 19, 2018.Electronic proposals must be submitted via e-mail to Ricardo Blanco at Ricardo.blancosoto@dla.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Ricardo Blanco at Ricardo.blancosoto@dla.mil no later than Thursday 8, 2018 before noon.Attachments:#1 - Performance Work Statement#2 - Section B#3 - Full Text Provisions and Clauses#4- SF-1449Bid MUST be good for 45 calendar days after close of Buy.Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov.Questions shall be addresses to:Government Contracting Officer/Contract Specialist:Ricardo Blanco SotoDLA Land and MaritimeDCSO-C3990 E. Broad St., Bldg 20Columbus, OH 43218Ricardo.Blancosoto@dla.mil , Phone: 614-692-5296  Contact Information: Ricardo Blanco Soto, Phone 6146925296, Email ricardo.blancosoto@dla.mil Office Address :P O Box 3990 Columbus OH 43218-3990 Location: DLA Land and Maritime Set Aside: Total Small Business

See Attachment # 1, PWSLocation

Address: See Attachment # 1, PWS

Country : United States

Classification

NAISC: 611430 GSA CLASS CODE: U