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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is W912CN-20-Q-DD03 and this solicitation is issued as request for quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, effective 06 November 2017.
(iv) This is a SMALL BUSINESS SET ASIDE and the associated NAICS code is 611430
(v) A list of contract line item number(s) and items, quantities and units of measure:
CLIN 0001, Sexual Harassment Assault Response and Prevention (SHARP) Training presentations: Five (5) Got Your Back and one (1) Beat the Blame Game, Qty: 1 JOB
CLIN 0002, Contractor Manpower Reporting. QTY: 1 EACH
(vi) Description of requirements/items to be acquired:
Five (5) Sexual Harassment/Assault Response & Prevention (SHARP) Intervention Trainings and one (1) Sexual Harassment/Assault Response & Prevention (SHARP) Anti Victim Blaming training session.
The statement of work is attached.
(vii) Date and place of service: 1 April through 30 April 2020
Training dates are in accordance with the Statement of Work. However, the period of performance is estimated and is subject to change at the Government’s discretion. Training will be held at:
USARPAC SHARP Office
263 Montgomery Rd, Bldg 344
Fort Shafter, HI 96858
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
Quote shall be submitted electronically via email to the emails provided with this combined synopsis solicitation.
Quote amount for CLIN 0001 must include associated travel and lodging expenses.
The Government intends to evaluate offers and award a contract without discussions with vendors.
(ix) The provision 52.212-2, Evaluation -- Commercial Items, will be used, and the specific evaluation criteria included are technical and price.
** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation which conform to the solicitation, meet the minimum requirements, and will be the most advantageous to the Government.
The following factors will be used to evaluate the offers.
The statement of work is attached.
Factor 1: Relevant Work Experience
The offeror shall submit narrative demonstrating capability (eg. Brochure, write-up) to provide two different types of Sexual Harassment/Assault Response & Prevention (SHARP) program training.
Five (5) 90-120 minute sessions of Intervention Training, similar to Got Your Back, which shall include interactive conversation that integrates research on sexual predation and bystander intervention. Training shall include critical skills that enable participants to identify multiple points along a continuum for intervention and support of potential victims.
One (1) 90-120 minute session of anti victim-blaming training, similar to Beat the Blame Game, which shall include presentation of real cases to illustrate common vulnerabilities to victim blaming and shares ways to hold perpetrators accountable.
Factor 2: Past Performance: Offeror shall provide no less than two (2) contract numbers and details or performance dates and details where like and similar services were provided within the last five (5) years.
Factor 3: Price
The award decision will be based on the lowest priced offer meeting solicitation requirements, such as terms and conditions, evaluation factors, and representations and certifications in order to be eligible for award.
As set forth in FAR 52.212-1, the Government intends to evaluate offers and award a contract without discussions with vendors. Therefore, the Vendor’s initial offer should contain the Vendor’s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
(x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995)
52.204-7 System for Award Management (OCT 2016)
52.204-13 System for Award Management Maintenance (OCT 2016)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
52.204-20 Predecessor of Offeror (JUL 2016)
52.204-22 Alternative Line Item Proposal (JAN 2017)
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside
52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sep 2016)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. (OCT 2015)
52.222-50, Combating Trafficking in Persons (Mar 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013)
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
The following additional DFARS clauses cited in the clause are applicable to the acquisition:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
252.203-7005 Representation Relating to Compensation of Former DoD Officials.
252.204-7003 Control Of Government Personnel Work Product (APR 1992)
252.204-7004 Alt A System for Award Management Alternate A (FEB 2014)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)
252.225-7048 Export-Controlled Items (JUN 2013)
252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Work-Flow Payment Instructions
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications.
252.244-7000 Subcontracts for Commercial Items
(xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.
(xv) The due date for offers is Monday March 16, 2002 at 12 noon Hawaii Standard Time.
(xvi) The individual to contact for information regarding the solicitation is Ms. Deloney Denson at [email protected] 1-808-687-1020 or Lisa Nakamoto at [email protected] 1 808 656 0997.