Updated 8/11/25 to answer the following questions/clarifications:
Question: Vendor is not required to provide access to labs to the participant since they already have access for the same?
Answer: Students will be bringing their laptops to class which will have access to the items listed under paragraph 6, Technical Requirements.
Question: Is a security clearance (e.g., Secret or higher) required for the proposed instructor, or will base access via DBIDS credentials be sufficient?
Answer: Access via DBIDS is sufficient.
Question: Will the Government sponsor the DBIDS access process, and by what date must the instructor submit their personal identification information to ensure timely credentialing?
Answer: Yes, the Government sponsors- the FULL name of instructor is required two weeks prior to class start date.
Question: Will participants be logged into their Microsoft 365 GCC High accounts during the course, or is a simulated environment preferred?
Answer: Yes, we will utilize Microsoft 365 GCC High
Question: Are we permitted to preload training datasets or application templates for hands-on exercises in advance on a Government-approved platform (e.g., SharePoint or Azure)?
Answer: Datasets and training materials should be sent out to students prior to class start date
Question: Are there any known technical constraints (such as restricted internet access or firewalls) that could affect connectivity or use of Microsoft Power Platform components during training?
Answer: Not that we are aware of
Question: Will the Government provide access to a test or sandbox environment within GCC High for instructional planning or pre-course configuration?
Answer: No, we do not have a test environment.
Should the course cover advanced components such as Dataverse, custom connectors, or AI Builder, or is the training scope limited to Power BI, Power Apps, and Power Automate?
Answer: The Government has access to the following apps: bookings, calendar, excel, forms, insights, lists, onedrive, onenote, outlook, people, planner, power apps, power automate, power BI, powerpoint, sharepoint, stream, teams, to do, visio, word.
Question: Is the Government interested in including optional post-training support (e.g., virtual office hours, follow-up sessions), and may such services be proposed as optional line items?
Answer: This is not required.
Question: Is there a preferred format, page limit, or file structure for submitting the technical and pricing portions of our quote?
Answer: Contractor’s format is acceptable. However, please be sure to address all requirements as directed by the solicitation.
Question: May we propose a delivery team that includes more than one instructor (e.g., a lead instructor and assistant), or is a single instructor required?
Answer: One instructor is required, however, multiple instructors are acceptable if provided at no additional cost to the government.
Question: Will the Government evaluate travel and per diem costs separately or expect them to be fully included in the fixed price?
Answer: Travel and per diem will be evaluated if proposed separately. Contractor must state if proposed pricing is inclusive of travel,
per diem, materials, etc are included in total proposed cost. One firm-fixed price contract will be issued for the training, inclusive of per diem, travel, materials, etc
Question: With reference for requirement 4.3, can the Government confirm that it will accept CEU equivalency certifications stating 1 CEU = 10 training hours from those offerors that are not IACET-accredited?
Answer: The Government will accept this request for offerors that are not IACET-accredited.
Question: Can PDUs be substituted in place of CEUs?
Answer: The Government will accept PDUs in lieu of CEUs.
Question: While you’ve requested a three day duration, Microsoft does not offer any 3 day option fitting the content requested.
Answer: Courses can be tailored to meet the Government's requirement.
------
Updated 7/30/25 to reflect correct period of performance.
------
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
Solicitation Number N62789-25-Q-0020 is issued as a request for quotation (RFQ) with the intent to issue one firm-fixed price contract.
The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular, FAC-2025-04, effective June 11, 2025.
This is a 100% small business set aside. NAICS CODE: 611420 Size Standard: $16,000,000. Only small businesses will be considered for this award.
CLIN 0001: Vendor shall provide one (1) three consecutive day in-person instructor-led training on Microsoft Power Platform to be provided for up to 20 Quality Assurance Personnel. The period of performance is 23 September 2025 to 25 September 2025.
TAKE NOTE OF REQUIREMENT FOR ENTRY TO THE FACILITY PER PARAGRAPH 7.0 “ACCESS REQUIREMENTS” IN SECTON C OF THE SOLICITATION.
The Government intends to evaluate quotations and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Award Evaluation Criteria: Prospective Contractors shall: include course syllabus, training materials and class schedule with their quote. Additional qualifications and required information can be found in paragraph 5 of the scope of work.
The quote shall include the following (at a minimum): itemized cost of course, Itemized travel expenses, Itemized list/cost of Courseware/Materials if applicable.
Quotes are due prior to 3:00 PM EST, 19 August 2025. Late submissions will not be accepted.
Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: kyle.r.berg3.civ@us.navy.mil and stephanie.l.neale.civ@us.navy.mil . Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.
The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf.
Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. Offers will be reviewed for adherence to the solicitation/statement of work, then evaluated for technical acceptability and finally by price analysis. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.