Back to tenders & grants page
i2 Analyst Notebook Training
Receive Tenders like this by email

i2 Analyst Notebook Training

i2 Analyst Notebook Training has been closed on 17 Feb 2022. It no longer accepts any bids. For further information, you can contact the

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

Not available

Industry:

Education & Training

Status:

Closed

Timeline

Published:

16 Feb 2022

Deadline:

17 Feb 2022

Value:

Not available

Contacts

Name:

Dennis Jutras

Phone:

5095322874

Description

https://sam.gov/opp/4a6d799ae7094294ad1cbf6ae271a5c3/view

This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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.

Solicitation number/FY22-11739609 is hereby issued as a Request for Quote (RFQ). The

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, Dated 31 January 2022 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20220128.  It is the contractor’s responsibility to become familiar with applicable clauses and provisions.  This acquisition is 100% set aside for Small Business under North American Industry Classification Standards (NAICS) code 611519.

This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government.  A best value to the government under FAR Part 13 allows the contracting officer broad discretion to evaluate offers based on price and non-priced factors.  Non-price factors that may be considered include past performance, technical capability/experience (include instructor resumes in response), and vendor’s capacity to perform.  Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.

ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.

Government POC:  Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.

Responses must be submitted in writing no later than 17 February 2022 at 2:00 P.M. (Pacific Time) to [email protected]. All questions regarding this RFQ must be submitted by email no later than 24 hours prior to RFQ closing time.

*ALL QUESTIONS MUST BE IN WRITING (EMAIL)*

 

Description of Requirement

CLIN 0001: FY22 Training – i2 ANB Basic (15 students)

*See PWS for details*

Cost per Iteration:                                                                             $_______________

QTY:  3 (ea.)

CLIN Total:                                                                                       $_______________

CLIN 0002: FY22 Training – i2 ANB Advanced (15 students)

*See PWS for details*

Cost per Iteration:                                                                             $_______________

QTY:  3 (ea.)

CLIN Total:                                                                                       $_______________

CLIN 0003:  Virtual Training – Any Authorized Travel Requirements (Cost Reimbursable – up to the federal per diem rate)

https://www.gsa.gov/travel/plan-book/per-diem-rates

*Location(s):  TBD (location to be specified per training iteration)

Period of Performance:  1 March 2022 – 30 September 2022 (training may be held anytime during this period)

Extended Description

Please see Performance Work Statement (PWS) for full details of training requirement.  Vendor’s quote must be a single firm fixed price for CLIN 0001 inclusive of all training materials, labor requirements, administrative costs, etc. Travel cost will be reimbursed against CLIN 0003 pricing will only be evaluated for known locations - must be quoted when listed in the PWS (travel costs not to exceed the federal per diem rate for the location of training).  Service Contract Act Wage Determinations Apply – Location specific wage determinations may be found at: https://sam.gov/content/wage-determinations

PROVISIONS AND CLAUSES

Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil.

FAR 52.204-7, System for Award Management Registration

FAR 52.204-9, Personal Identity Verification of Contractor Personnel

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-16, Commercial and Government Entity Code Maintenance

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-2, Evaluation-Commercial Items Evaluation.  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items “all or none” is the evaluation criteria.  This is a best value decision. 

FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov

FAR 52.212-4, Contract Terms and Condition-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply 

FAR 52.219-6, Notice of Total Small Business Set-Aside

FAR 52.219-28, Post Award Small Business Representation

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-36, Affirmative Action for Workers with Disabilities

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-5, Pollution Prevention and Right to Know Information

FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-3, Protest after Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.237-1, Site Visit

FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation

FAR 52.252-2, Clauses Incorporated by Reference – SEE http://farsite.hill.af.mil

DFARS 252.201-7000, Contracting Officer’s Representative

DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials

DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law

DFARS 252.211-7003 Item Unique Identification and Valuation.

DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items  

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items

DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials

DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American Act and Balance of Payments Program

DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III


 Submission of Invoices

In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).  Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more