The RFP Database
New business relationships start here

Fiber Optic Repair Certification


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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

The solicitation number is N63394-18-T-0063 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 and DFARS DPN 20180323. The associated North American Industrial Classification System (NAICS) code for this procurement is 611519 with a small business size standard of $15.0 Million. This requirement is Unrestricted, competitive, and only qualified offerors may submit quotes.


Qualified offerors must meet all requirements identified by the NAVSEA Navy Shipboard Fiber Optics Training Certification Program and have received a Notification of Certification from NSWC Dahlgren Division.

Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement:

Two classes that offer the NAVSEA Shipboard Fiber Optic Repair Certification Courses and also include Lucent Connector Fabrication and Repair. This course must offer NAVSEA Certification that is in accordance with NAVSEA Drawing 8477552 Rev A , MIL-STD-1678-1C - Part 1, Requirement 1306 , NAVSEA Standard Item No. 009-123. Each class will be five days (40 hours) and will be located at NSWC PHD during FY18.


Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30.


In addition to price, responses shall include the following:
(1) Cage Code:
(2) Dun & Bradstreet #:
(3) Tax ID #:
(4) Special Small Business Sub-Category (if applicable):
(5) Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established.
(6) If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date.


This will be a Government Purchase Order with payment through the Wide Area Workflow (WAWF), https://wawf.eb.mil/. WAWF is the DoD mandated invoicing method for Government orders. Payment terms are Net 30, as the Government does not pay in advance for any services being rendered, and must be in arrears to prevent invoice rejection. Payment is then made by EFT through the Defense Finance Service Center (DFAS).


To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov.


The following solicitation provisions apply to this acquisition:


FAR 52.204-7 System for Award Management.
FAR 52.204-16 Commercial and Government Entity Code Reporting.
FAR 52.204-17 Ownership or Control of Offeror.
FAR 52.204-20 Predecessor of Offeror.
FAR 52.204-22 Alternative Line Item Proposal.
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-
Representation.
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law.
FAR 52.212-1 Instructions to Offerors-Commercial Items.
FAR 52.219-1 Small Business Program Representations.
FAR 52.222-22 Previous Contracts and Compliance Reports.
FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.
FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services-Certification.
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran-Representation and Certifications.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7004 Alternate A, System for Award Management.
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.

FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.


The following contract clauses apply to this acquisition:
FAR 52.204-9 Personal Identity Verification of Contractor Personnel.
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-18 Commercial and Government Entity Code Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certification.
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items.
FAR 52.222-99 Notification Of Employee Rights Under The National Labor Relations Act.
FAR 52.223-5 Pollution Prevention and Right-to-Know Information.
FAR 52.232-39 Unenforceability of Unauthorized Obligations.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.233-1 Disputes.
FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
FAR 52.243-1 Changes-Fixed Price.
FAR 52.244-6 Subcontracts for Commercial Items.
FAR 52.247-34 F.o.b. Destination.
FAR 52.252-2 Clauses Incorporated by Reference.
FAR 52.252-6 Authorized Deviations in Clauses
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor
Reported Cyber Incident Information.
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting.
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or
Hazardous Materials.
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7001 Buy American and Balance of Payments Program.
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.
DFARS 252.225-7048 Export-Controlled Items.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.
DFARS 252.243-7001 Pricing of Contract Modifications.
DFARS 252.244-7000 Subcontracts for Commercial Items.
DFARS 252.246-7000 Material Inspection and Receiving Report.
DFARS 252.247-7023 Transportation of Supplies by Sea.
HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015)
NMCARS 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA)



FAR 52.212-5, including the following subparagraphs, is applicable:
(b)
FAR 52.219-28 Post Award Small Business Program 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 Equal Opportunity for Workers with Disabilities.
FAR 52.222-50 Combating Trafficking in Persons.
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.225-13 Restrictions on Certain Foreign Purchases.
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.


(c)
FAR 52.222-17 Nondisplacement of Qualified Workers.
FAR 52.222-41 Service Contract Labor Standards. (see attached Wage Rate Determination)
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. (see attached Wage Rate
Determination)
FAR 52.222-50 Combating Trafficking in Persons.
FAR 52.222-55 Minimum Wages Under Executive Order 13658.


Inspection and Acceptance will be at destination (NSWC PHD). Contract award is expected on a FOB destination basis. This will be a commercial acquisition in accordance with FAR Part 12.


The offeror may submit questions requesting clarification of solicitation requirements to the Contract Administrator. It is requested that all questions be received no later than 23 April 2018, 10:00 am Pacific Time, as time may not permit responses to questions received after that time to be prepared and issued prior to the receipt of proposals.
All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.
No hard copies of the solicitation will be mailed. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted in portable document format (.pdf). Respond to Rachel T. Smith by E-Mail to: Rachel.T.Smith@navy.mil, (Preferred Method) OR by mail to: Commander, Code 0251, NSWC PHD, Bldg 1215 Acquisition Dept., 4363 Missile Way, Port Hueneme, CA 93043, no later than 5:00 pm, Pacific Time, 25 April 2018.


Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.



Statement of Work
Shipboard Fiber Optic Repair Certification Training Course


Background: The purpose of this class is to provide basic and intermediate instruction on fiber optic installation, repair and test as it applies specifically to shipboard platforms. This training is required for all of NSWC PHD In-Service Engineering Agent (ISEA) personnel expected to conduct work on shipboard systems containing fiber optic connections IAW NAVSEA Standard Item 009-123.
Requirement:
Course Length: 5 days (40 hours)-2 classes
Location: Naval Surface Warfare Center Port Hueneme Division
Number of Students: 8-12 students per class
Objective: The purpose of this class is to provide basic and intermediate instruction on fiber optic installation, repair and test as it applies specifically to shipboard platforms. This training is required for all of NSWC PHD In-Service Engineering Agent (ISEA) personnel expected to conduct work on shipboard systems containing fiber optic connections IAW NAVSEA Standard Item 009-123 and NAVSEA Drawing 8477552 Rev A.


Prerequisites: Students should have a basic understanding of electrical engineering concepts.
Topics for discussion include:
• Basic Fiber theory and safety
• Blown Optical Fiber (BOF) tube fabrication;
• Cable handling, penetration, and repair/modification; and conventional and BOF cable handling, penetration and repair
• Fiber Optic Interconnection Box/Tube Routing Box (FOICB/TRB) forming routing, shaping forming, routing and shaping in an FOICB/TRB and cable end sealing
• Fiber Optic termination; Single terminus (light duty) Single Fiber (SF) connector inspection and cleaning, and SF connector termination.
• Fiber Optic termination; Multi-terminus (heavy duty) Mechanical Transfer (MT) connector inspection
• Fiber optic termination: fusion splicing and preparation, and attachment into a splice tray
• Fiber Optic Lucent Connector (LC) Fabrication and Repair
• Optical testing inspection and cleaning, link loss, optical return loss, continuity, measurement Quality Jumper (MQJ) selection, and attenuation testing.


Methods of learning: This training will consist of a combination of classroom and hands-on training. The hands-on training will include the use of tools and materials specific to shipboard fiber optics.


Target Audience: This is a mandatory training for anyone who performs or has the potential to perform, Navy Shipboard Fiber Optic Installation in any form. Students will include Engineers, Technicians, Supervisory Engineers, Supervisory Technicians, and Military Personnel.


Technical Evaluation Criteria:
• Technical- Does the proposal meet our command's training objective?
• Past Performance-List relevant customers with references
Period of Performance: ARO - 30 Sep 2018


Training Date: Workforce Development will work with the selected vendor to schedule a training date. Usually training works 90 days in advance of the scheduled training.


Additional Information:
• Workforce Development will need a quote to host this training onsite at a training location within Naval Base Ventura County (NBVC).
• The vendor shall provide certification cards to each employee who completes the training.
• NSWC PHD will work with the vendor to get base-access for the instructor if needed
• The vendor's proposal shall include all costs including training material, textbooks, travel, per diem, and shipping charges.
• The vendor shall provide an itemized description of covered costs




RACHEL T. SMITH, Contract Administration Specialist, Phone 805-228-0442, Fax 805-228-6299, Email RACHEL.T.SMITH@NAVY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP