Federal Bid

Last Updated on 01 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

69--Sexual Assault Prevention & Response (SAPR) Trainings for DoN SAPRO

Solicitation ID N0018913TZ158
Posted Date 28 Jun 2013 at 5 PM
Archive Date 01 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsup Fleet Logistics Center Norfolk Philadelphia Office
Agency Department Of Defense
Location United states
This is a sole source combined synopsis/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; a written solicitation will not be issued. Solicitation number N00189-13-T-Z184 is being issued as a Request for Quote (RFQ). The Philadelphia Division, Contracting Department of NAVSUP Fleet Logistics Center Norfolk intends to issue a Modification under Contract N00189-12-C-Z158 with Science Applications International Corporation (SAIC) for this requirement. If the contract action cannot be completed prior to the end of Contract N00189-12-C-Z158, the Government intends to issue a sole source contract for this requirement to SAIC under the authority of FAR Part 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all proposals received on or prior to the solicitation closing date will be considered by the Government. A determination by the Government not to compete the requirement 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 NAICS code is 512110. The FSC code is 6910. REQUIREMENT: The Secretary of the Navy has directed the Department of Navy Sexual Assault Prevention & Response Office (DON SAPRO) to design and develop two Sexual Assault Prevention & Response (SAPR) trainings: the first for prospective Navy and Marine Corps officers in ROTC at the USNA and OCS and the second for pre-command Naval Officers and Senior Enlisted at CLS. Under the resultant Modification/Contract, the contractor shall design and develop two SAPR courses for the DON SAPRO that each consist of a 30-minute video and a guided discussion instructor guide. The video and instructor guide for the first course shall be relevant to those in ROTC at USNA and OCS. The video and instructor guide for the second course shall be relevant to prospective Commanders and Senior Enlisted at CLS. The guided discussion portion will include multiple instructor guides to lead the discussion targeted specifically to applicable audiences. See the attached Statement of Work (SOW) for the details of this requirement. The contract line item number and items, quantities and units of measure are: CLIN 0004 – FFP– Training Video and Aids for ROTC, Qty: 1, Unit: Lot CLIN 0005 – FFP – Training Video and Aids for CLS, Qty: 1, Unit: Lot CLIN 0006 – Cost – Travel in support of CLINs 0003 & 0004, Qty: 1, Unit: Lot, NTE: $50,000.00 This CLIN includes the total not-to-exceed (NTE) travel costs of $50,000 for CLINs 0003 and 0004. Travel costs will be reimbursed in accordance with the Joint Travel Regulations. CLIN 0007 – Cost – ODCs in support of CLINs 0003 & 0004, Qty: 1, Unit: Lot, NTE: $10,000.00 This CLIN includes the total not-to-exceed (NTE) ODC costs of $10,000 for CLINs 0003 and 0004 Services will be inspected and accepted at Destination by the Government. The delivery date for this requirement will be twelve months from the date of award. SUBMISSION OF QUOTES: The Philadelphia Division, Contracting Department of NAVSUP Fleet Logistics Center Norfolk requests a response from the sole source determined capable of meeting this requirement, SAIC. Initial proposals and any modifications thereto must be submitted to the Contracting Officer on or before 10 July 2013 at 4:00 PM via email. The contractor is encouraged to follow-up their email submission for confirmation of receipt. Proposals shall be submitted to: [email protected]. The proposal shall consist of the following: a. Cover letter that references the solicitation number, names and address of the offeror, and phone number and email for the contracting point of contact. b. The offeror’s unconditional assent to the terms and conditions of this solicitation and any attachments hereto. c. Cost information completed by the offeror for the above outlined CLINs. Prices included in the CLINs are fully inclusive of all costs, items, and services needed to satisfy all objectives in the Statement of Work attached. d. A complete and detailed price breakdown with all supporting information (other than certified cost and pricing data). e. Each page of each copy should include the following legend: Source Selection Information - See FAR 2.101 and 3.104 POINT OF CONTACT: The point of contact for questions about this requirement is: Danielle Udinson, Code 280.1C, [email protected], 215-697-9584.
Bid Protests Not Available