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 beta.SAM.gov and NECO (https://www.neco.navy.mil/).
The RFQ number is N0060421Q4073. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Publication Notice 20210709. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The provisions and clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/. The NAICS code is 611430. This is a competitive, unrestricted action. The Small Business Office concurs with the decision to not set-aside this requirement.
The NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH) Regional Contracting Office requests responses from qualified sources capable of providing the services mentioned in Table 1 below:
TABLE 1
CLIN 0001
DESCRIPTION: The contractor shall provide verbal non-escalation and de-escalation tactics and techniquesalong with verbal crisis management skills and techniques.in accordance with the Performance WorkStatement (PWS) contained herein.
CLIN 0002
DESCRIPTION: The contractor shall provide Room Stabilization and Corrections Emergency Response Team(CERT) Instructor Training in accordance with the Performance Work Statement (PWS) contained herein.
CLIN 0003
DESCRIPTION: Other Direct Cost - Travel, Materials and Equipment, as applicable.
Period of Performance: 30 September 2021 – 29 September 2022; Location is Naval Brig Pearl Harbor, 2056 Wasp Blvd, Pearl Harbor, HI 96860-5810.
This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Wide-Area Work Flow.
Attachments:
1. Performance Work Statement (PWS)
Questions: Questions shall be submitted electronically to [email protected] no later than 10:00 AM HST (Hawaii Standard Time) on Friday, 03 September 2021. Emails sent to this addresses shall clearly reference the RFQ# N0060421Q4073 in the subject line. No other method of submitting questions will be acknowledged or addressed.
Submission Requirements: Quotes shall be submitted via email to [email protected] no later than 10:00 AM HST on Friday, 10 September 2021. No other method will be accepted in response to this notice.
Factor 1: Technical
At a minimum, the Quoter’s Technical Quote shall:
Factor 2: Price
At a minimum, the Quoter’s price quote shall:
Additional, non-certified cost and pricing data may be requested to validate fair and reasonable pricing.
Quoters reminded to include a completed copy of FAR Provisions 52.204-24 and 52.212-3 & ALT I with their submission if not current in SAM.
All quotes shall include a point of contact, name, phone number, and e-mail address.
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/.
Quoters are responsible for ensuring timely submissions are received by the POC identified in the solicitation. The government is not responsible late or lost submissions.
Method of Award: The Government will award to the responsible Quoter whose quote is technically acceptable and most advantageous to the government, price and other factors considered.
Quoters are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price.
Factor 1: Technical
The Government will evaluate the Quoter’s Technical Capabilities based on the following:
Factor 2: Price
a. The quote will be reviewed for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. Changes to the evaluation quantities, blanks or zeros in the pricing columns, and/or mathematical mistakes are subject to clarification for confirmation of the Quoter’s intent.
Rating Method: Technical will be rated on an acceptable or unacceptable basis. A quotation is technically acceptable if the quotation addresses the solicitation requirements, and demonstrates good probability of success in meeting the performance objectives. A quotation is technically unacceptable if it fails to address the solicitation requirements or demonstrates a low probability of success in meeting the performance objectives.
Provisions and Clauses: Applicable Provisions and Clauses can be found in the Combined Synopsis Solicitation document attachedhereto.