SOLICITATION NOTICE
U -- MCAM TRAINING
- Notice Date
- 4/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
- ZIP Code
- 94501-5100
- Solicitation Number
- HSCG89-04-Q-6LP067
- Response Due
- 5/12/2004
- Archive Date
- 5/27/2004
- Point of Contact
- Terry Craft, Purchasing Agent, Phone 510/437-3004, Fax 510/437-3014, - Michelle Richards, Supervisory Purchasing Agent, Phone 510/437-3912, Fax 510/437-3014,
- E-Mail Address
-
tcraft@d11.uscg.mil, mmrichards@d11.uscg.mil
- Description
- I. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 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 Request for Quotation number is HSCG89-04-Q-6LP067 and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-22. This acquisition is unrestricted. The NAICS is 611710. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the following Training; MCAM (Machinery Control and Monitoring System). A. Training Scope I. The Contractor shall provide a training course on the TANO Corporation MCAM system aboard the 399ft Polar Class Icebreakers. Class attendance estimated btw 4 to 8 people. B. Training Objectives: At the conclusion of the course Coast Guard personnel shall be able to: I. Understand the basic operating principles of the MCAM system II. Demonstrate a thorough knowledge in regards to the functional description of the MCAM system III. Competently perform corrective and preventative maintenance tasks Multiplexer Module Calibration (E-A-6488) Digital/Analog Output Module Calibration (E-A-6485) Analog/Digital Input Module Calibration (E-A-6484) Pitch Control Panel (E-C-2716) Pitch Calibration (Dry-dock and Dock Side) Main Diesel Engine/Ship Service Diesel Generator Vital Shut Downs (E-A-2621) In-depth schematic reading RDU and subcomponents (I/O and electronic boxes) LAN and transceivers TANO PCIB Test Set Software C. Training Schedule I. The Contractor will provide written notice when the course can be provided (request three choices of dates); MUST BE COMPLETED BY 30 OCTOBER PRIOR TO POLAR DEPLOYMENT. II. The Contractor shall provide a complete course outline in advance III. The Contractor shall also provide a complete course Lesson Plan and training materials for the students. D. Training Facility I. The training shall be conducted in a Government provided classroom onboard a cutter or at ISC Seattle, WA with visits to the installed equipment for demonstrations, hands-on operations, etc. as appropriate in order to enhance training effectiveness. II. The following audio-visual equipment will be made available in the Government provided classroom: a) Overhead projector b) Wall mounted projector screen c) Lap-top computer for delivery of training material recorded on computer diskettes (CD-ROM and 3.5in) d) Digital projector for personal computer e) Television and VHS recorder AWARD: This purchase will be based on the following criteria: Lowest price for item that meets or exceeds specifications. NOTE: This is a first time buy; therefore there is no previous contract information. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of FAR 52.213-3, 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. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act ? Balance of Payments Program ? Supplies (41.U.S.C. 10a-10d). Addendum: FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on May 12, 2004, by 5:00pm local time. Offers shall be submitted via one of the following methods: mailed to Commander, Maintenance and Logistics Command Pacific (fcp-4), Bldg. 54-A, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms Terry Craft, faxed to (510) 437-3014, Attn: Ms Terry Craft, or emailed to tcraft@d11.uscg.mil. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms; (4) Completed copy of FAR 52.212-3 and (5)DUNS Number.
- Place of Performance
- Address: Seattle, WA
- Country: USA
- Country: USA
- Record
- SN00575123-W 20040430/040428221356 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |