Rhode Island Bids > Bid Detail

TABLEAU TRAINING IN NEWPORT, RI

Agency:
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159702342369708
Posted Date: Mar 7, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/eee0f3fa45...
Follow
TABLEAU TRAINING IN NEWPORT, RI
Active
Contract Opportunity
Notice ID
N6660424Q0273
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
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 (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 07, 2024 01:05 pm EST
  • Original Date Offers Due: Mar 18, 2024 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.



Request for Quotation (RFQ) number is N6660424Q0273. This requirement is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 611430. The Small Business Size Standard is $15.0 Million. The Product Supply Code (PSC) is U099. This requirement is for Training according to the attached Statement of Work (SOW) shipping FOB Destination to Newport, RI 02841:





CLIN 0001 Tableau Desktop I: Fundamentals, Qty 1



Base Period 04/15/24 – 09/30/24





CLIN 0002 Tableau Desktop I: Fundamentals, Qty 1



Option Period 1 TBD – 09/30/24





CLIN 0003 Tableau Desktop II: Intermediate, Qty 1



Option Period 1 TBD – 09/30/24





CLIN 0004 Tableau Desktop III: Advanced, Qty 1



Option Period 1 TBD – 09/30/24





CLIN 0005 Tableau Desktop I: Fundamentals, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0006: Tableau Desktop I: Fundamentals, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0007: Tableau Desktop I: Fundamentals, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0008 Tableau Desktop II: Intermediate, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0009: Tableau Desktop II: Intermediate, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0010 Tableau Desktop II: Intermediate, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0011 Tableau Desktop III: Advanced, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0012: Tableau Desktop III: Advanced, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0013 Tableau Visual Analytics, Qty 1



Option Period 2 TBD – 09/30/25





CLIN 0014 Tableau Visual Analytics, Qty 1



Option Period 2 TBD – 09/30/25



Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase, on a Firm Fixed Price (FFP). Required delivery is F.O.B. Destination, Naval Station Newport, Rhode Island.





Offeror shall complete and submit Federal Acquisition Regulations (FAR) Provision 52.204-24 ‘Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment’ (AUG 2020), which is included as an attachment to the solicitation or be certified in Certs and Reps on SAM.



F.O.B. Destination, Newport, RI 02841-1708. The Offeror shall include shipping charges, if applicable and separately priced, and specify best delivery lead times in its quote.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation:



FAR 52.204-19, Incorporation by Reference of Representations and Certifications;



FAR 52.204-23, “Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.”;



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;



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



FAR 52.209-10, “Prohibition on Contracting with Inverted Domestic Corporations.”;



FAR 52.209-11, “Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.”;



FAR 52.212-1, “Instructions to Offerors – Commercial Items.”;



FAR 52.212-2, “Evaluation – Commercial Items.”;



FAR 52.212-3 (ALT 1), “Offeror Representations and Certifications – Commercial Items.”;



FAR 52.212-4, “Contract Terms and Conditions – Commercial Items.";



FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.”;



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



DFARS 252.204-7009, “Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.”;



DFARS 252.204-7015, “Notice of Authorized Disclosure of Information for Litigation Support.”;



DFARS 252.204-7019, “NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.204-7020, “NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS”;



DFARS 252.213-7000, “Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.”



DFARS 252.215-7013, “Supplies and Services Provided by Nontraditional Defense Contractors.”;



DFARS 252.225-7031, “Secondary Arab Boycott of Israel.”;



DFARS 252.246-7008, “Sources of Electronic Parts.”;





Additional terms and conditions:



In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF). If UID does not apply, and if there are no surcharges, the Government’s preferred payment method is via credit card.



Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.



Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website.



The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis.



In order to be determined technically acceptable the offeror shall:




  1. Quote the training specified in their required quantities. The offeror shall submit detailed specs with quote;



Offerors shall be advised that if after award the items delivered are determined not to be in new condition and/or are determined to be delivered from outside the US, the Government has the right to terminate for cause with the Contractor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs.



Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 11:00 a.m. (EST) on 18 March 2024. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.


Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2024 01:05 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >