This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures in FAR 13, as supplemented with the additional information included in this notice. 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 SHALL be posted on SAM.gov.
The RFQ number is N0060425Q4134. This solicitation documents and incorporates provisions and
clauses in effect through FAC 2025-05 and DFARS Publication Notice 20250117. 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 these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 541519 and the Small Business Standard is $34 Million.
This is a sole source non-set-aside acquisition. The Small Business Office concurs with the set-aside decision.
The Fleet Logistics Center Pearl Harbor Regional Contracting Department requests a response from a vendor capable of providing:
CLIN 0001 SANS Technical Training:
Tailored training voucher, managed via the SANS Admin Tool, for 28 courses from all
SANS Institute offerings, including:
Course Title and Quantity
FOR500 x 6
FOR508 x 6
FOR572 x 6
SEC599 x 6
GIAC x 4
Period of performance 30 SEP2025 and runs through 27FEB2026
Award will result in a Firm-Fixed Price Contract Award.
The method of payment will be Wide Are Work Flow (WAWF).
Attachments:
- Redacted J&A for less than full and open competition
- FAR 52.212-3(Deviation) & ALT I
- FAR 52.204-24 Reps Regarding Certain Telecommunications
- FAR and DFARS Provisions & Clauses (PC)
- Wage Determination 2015-5689 Rev26
Quoters shall include a completed copy of 52.212-3 (Deviation) and its ALT I as well as 52.204-24 with quotes.
Submission Requirements:
- Provide a total price for CLIN 0001 - Quoters shall submit a price & breakdown for each course listed in this Notice.
2. Complete Attachments 2 & 3 and return with quote
All offerors shall include a completed copy of the FAR 52.212-3 (Deviation) and Alt I
located in Attachment 3: FAR and DFARS Prov and Clauses with their offer or provide a statement. Failure to include this attachment OR provide a statement with your offer, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM),complete only paragraph (b)(2) (on page 19 of attachment) by filling out SAM Record is up to date in paragraph b.
Instructions for attachment FAR 52.204-24 - Reps Regarding Certain Telecommunications, the offeror shall complete the representation at paragraph (d)(1) of this provision if the offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204-24, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
3. Evaluation: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based
on a combination of price reasonableness and a determination of responsibility.
4. Technical: To be rated acceptable, the Quoter provide a quote that provides a unit price for the
required courses and certifications and takes no exception to any clause and provision.
5. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter
determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.
System for Award Management (SAM).
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1)(i).
This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government.
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
A 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 Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award
Management (SAM) and Contractor Performance Assessment Reporting System (CPARS).
This announcement will close at 12n Hawaiian Standard Time on 22 Sep 2025.
Contact Christine Ah Yee, who can be reached via email at christine.l.ahyee.civ@us.navy.mil.
A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.
Oral communications are not acceptable in response to this notice.
All responsible sources may submit a quote which shall be considered by the agency.