Human Factor Analysis and Apollo Root Cause Analysis Training

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
FSC Category:
  • U - Education and Training Services
NAICS Category:
  • 611430 - Professional and Management Development Training
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 25, 2024
Due Date: May 3, 2024
Solicitation No: N4215824Q0017
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Human Factor Analysis and Apollo Root Cause Analysis Training
Active
Contract Opportunity
Notice ID
N4215824Q0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
NORFOLK NAVAL SHIPYARD GF
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 25, 2024 12:26 pm EDT
  • Original Published Date: Apr 04, 2024 02:00 pm EDT
  • Updated Date Offers Due: May 03, 2024 12:00 pm EDT
  • Original Date Offers Due: Apr 11, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 18, 2024
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U005 - EDUCATION/TRAINING- TUITION/REGISTRATION/MEMBERSHIP FEES
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description

AMENDED



This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 WILL be posted to SAM https://sam.gov/.



THE RFQ number is N4215824Q0017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-04 effective 22 Dec 2023, and DFARS Change Notice 20231222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov/.



The NAICS CODE is 611430 and the size standard is $15M.



The Norfolk Naval Shipyard (NNSY) requests responses from qualified sources capable of providing (2) 3.5 day curriculum training covering the subject and application of Root Cause and Human Factors Analysis combined and tailored to NNSY as identified in the attached Performance Work Statement (PWS). The Government intends to procure this requirement as a total small business set-aside.



Interested parties may identify their interest and capability to respond to the requirement and submit quotes. Determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.



The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits.



Failure to provide all of these documents by the required date and time may preclude a quotation from award consideration at the discretion of the Government.



Quotations shall be valid for 30 days.



System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/.



To be considered for this opportunity, all quotes shall be submitted in either Microsoft Word, Excel spreadsheet or Adobe PDF. Quote must include price(s), FOB Destination, a point of contact, name and phone number, business size, and payment terms. An award will be made based on Lowest Price Technically Acceptable (LPTA). Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the PWS/SOW. Vendors shall provide a detailed (unpriced) capabilities statement for review and acceptance by the technical team. Questions to this solicitation must be submitted before 12:00pm EST on 01 MAY 2024. Email questions to roshanda.l.sansom.civ@us.navy.mil and jeremy.r.weible.civ@us.navy.mil.



This announcement will close on 3 May 2024 at 1200 PM Eastern Standard Time.



The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):



EVALUATION



FAR 52.212-2, Evaluation — Commercial Items is applicable to this procurement. The Government will award a contract resulting from this Request for Quotation (RFQ) to the responsible quoter whose quotation conforms to the RFQ and will be the most advantageous to the Government, price and other factors considered.



The following factors shall be used to evaluate quotations:



1. Technical Capability;



2. Price



Technical acceptability will be determined by reviewing the technical certifications submitted for each item to ensure that all of the technical requirements identified are met. Technical acceptability will be defined as follows:



Technical Evaluation Ratings



Rating Description



Acceptable Quote meets all of the requirements identified



Rating Description



Unacceptable Quote does not meet all of the requirements identified.



Note: Contractors who fail to possess acceptable technical capability will not be considered for award and the other elements of their quotation will not be evaluated.



Price: The vendor’s proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government.



For purposes of award amongst all of the technically acceptable quotations, delivery schedule will be considered to be of equal importance when compared to price.



NOTE: Quotations determined to be technically unacceptable shall not be further evaluated for award. Of the technically acceptable quotations, the Government reserves the right to award to other than low based upon a selection determined to be the best value to the Government, price and other factors considered.



Although price is considered to be equal in importance to delivery, it has the potential to become more significant during the evaluation process. The importance of price will increase as the degree of equity in a respondent’s non-cost quotations rise. The importance of price will also increase when a quotation’s price is so significantly high as to diminish the value to the Government that might have been gained under the other aspects of the quotation. If at any point in the evaluation all respondents are determined to have submitted equal or generally equivalent non-cost quotations, price may become the factor in determining the contractor selected for award.



The following FAR provisions and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):



52.204-7 System for Award Management OCT 2018



52.204-13 System for Award Management Maintenance OCT 2018



52.204-16 Commercial and Government Entity Code Reporting AUG 2020



52.204-18 Commercial and Government Entity Code Maintenance AUG 2020



52.204-22 Alternate Line Item Proposal. JAN 2017



52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services NOV 2023



52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018



52.232-39 Unenforceability of Unauthorized Obligations JUN 2013



252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011



252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022



252.204-7003 Control Of Government Personnel Work Product APR 1992



252.244-7000 Subcontracts for Commercial Items NOV 2023





(See Attachments for Additional Information)


Attachments/Links
Contact Information
Contracting Office Address
  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 4, 2024[Combined Synopsis/Solicitation (Original)] Human Factor Analysis and Apollo Root Cause Analysis Training
Apr 18, 2024[Combined Synopsis/Solicitation (Updated)] Human Factor Analysis and Apollo Root Cause Analysis Training

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Army National Guard eXportable Combat Training Capability (XCTC) Program Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 6/21/2024

Open Photography, Yearbook, and Regalia for Model Lab K-12 School and Early Childhood

Eastern Kentucky University

Bid Due: 5/16/2024

Bid Number: RFP 0815-21-CAC Bid Title: Camps & Classes - Recreational Programs Category:

City of Falls Church

Bid Due: 10/31/2031

Open Photography, Yearbook, and Regalia for Model Lab K-12 School and Early Childhood

Eastern Kentucky University

Bid Due: 5/16/2024