Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SPECIAL NOTICE

U -- INTERNATIONAL PORT SECURITY CONFERENCE FOR THE US COAST GUARD

Notice Date
5/30/2008
 
Notice Type
Special Notice
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-08-Q-MMP446
 
Point of Contact
Harvey P Cameau,, Phone: 202-372-4062
 
E-Mail Address
harvey.cameau@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard intends to procure SERVICES FOR INTERNATIONAL PORT SECURITY ANNUAL CONFERENCE. (SEE NOTE 22) This proposed procurement is for services for which the government intends to solicit and negotiate on a sole source basis to ASIS INTERNATIONAL. DESCRIPTION/SPECIFICATION/WORK STATEMENT FOR CG-5141 International Port Security Evaluations Division 2008 Workshop PART I SECTION A Work Statement In the performance of this contract, the contractor shall provide specially tailored training, obtain conference rooms and meeting facilities, assist with finding hotel rooms at government per diem rates, and provide entry to the 2008 ASIS International Conference to be held in Atlanta, Georgia 9-18 September 2008. The contact person for this contract is Mr. Casey Johnson, LCDR Jeff Morgan, and LT Justin W. Jacobs. Scope of Services The contractor shall furnish trained, qualified personnel to provide training on maritime and port security to the International Port Security Program members from Headquarters, PAC and LANT Area offices, Activities Far East (Japan and Singapore) and Activities Europe. (1)The Company will provide all logistics for the planning and execution of a 2-day customized Introduction to Physical Security to be held at Atlanta, Georgia, on September 13 and 14, 2008. (2)The Company will deliver a comprehensive, customized program curriculum based on the several areas including physical security, port security, and transportation. (3)The Company will assemble one of the most experienced faculty groups in the security profession. The Company will include up to 10 instructors who will share the two (2) days of lecture responsibilities. The Company will also include one (1) Program Advisor responsible for developing and coordinating program. (4)Upon receipt of a signed contract and prepayment, the Company will provide the United States Coast Guard Coordinator with one (1) copy of handout materials to each of the U. S. Coast Guard participants. The Company will produce and deliver course handout materials in binders that will be billed at cost. It may be more efficient and less costly for the Company to produce the materials in Atlanta for the United States Coast Guard. (5)The Company will provide the U. S. Coast Guard with a 30 person meeting room for orientation on September 10, 11, and 12, 2008 either at the Marriott Marquis in Atlanta or the Georgia World Congress Center. (6)The Company will provide complimentary meeting space for customized training for up to 100 participants on September 13 and 14, 2008 either at the Marriott Marquis in Atlanta or the Georgia World Congress Center. (7)The Company will provide complimentary meeting space for U.S. Coast Guard meetings for up to 100 participants on September 15 - 18, 2008 at the Georgia World Congress Center. Any audio-visual expense or catering ordered by or specifically for the United States Coast Guard will be the financial obligation of the United States Coast Guard. (8)The Company will provide access to all Seminar education events, exhibit halls, general sessions, networking lunches, receptions, and all other events open to the general Seminar participants. (9)The Company will develop a list of recommended sessions for the United States Coast Guard relevant to port security from the educational offerings at the Seminar. Contractor Performance Requirements (1)None PART I SECTION B CONTRACT ADMINISTRATION DATE B.1 Authorized Ordering Officers HSC Personnel from the Comptroller Office are hereby authorized to place verbal and written work tickets as outlined in the scope of work of this contract. B.2 Contracting Officer Technical Representative (COTR) The COTR is identified below. The representative will insure that the government’s technical objectives are met. To this end, the COTR will provide necessary information, direction, coordination, etc., within the contractual work description. The COTR is not authorized to change any of the terms and conditions of this contract. Changes in the scope of work will be made by the CO only by properly written modifications to the contract. The COTR, Mr. Casey Johnson, Asst. COTR LCDR Jeff Morgan, Asst. COTR LT Justin Jacobs. B.3 Submission of Invoices The contractor shall be required to submit an original and two copies of invoices monthly to the following address: United States Coast Guard Commercial Invoices Finance Center, P.O. Box 4115 Chesapeake, VA 23327-4115 For vendor payment inquires: (757) 523-6040 The following data must be included when submitting an invoice: (1) Name of business concern and invoice date. (2) Contract number, or other authorization for delivery of property or services. (3) Payment terms. (4) Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (5) Tax identification number, if the contractor is an individual proprietorship or a partnership. (6) Billing period. Insert the beginning and ending dates (month, day, and year) of period in which costs were incurred and for which reimbursement is claimed. If there is any overlap with a previous billing period, explain. B.4 Contract Administration The progress of the resultant contract shall be closely monitored by telephone calls, informal meetings, formal reviews, and information audits as may be required. The Contract Administrator (CA) for other than technical advice shall be the Contract Specialist (CS) designated by the CO. PART I SECTION C SPECIAL CONTRACT REQUIREMENTS C.1 Access to Government Property (on site contractors) The COTR will make all necessary arrangements for access by contractor personnel to the work site(s). While on government property, the contractor personnel shall comply with all rules and regulations pertaining to health and safety, not only as they apply to themselves, but also to other personnel and property at the site. Contractor personnel shall comply with all regulations restricting the disclosure of information which may become known during the performance of this contract. C.2 Permits and Licenses In the performance of work hereunder and with the price herein, the contractor shall obtain and maintain in effect all necessary permits and licenses required by Federal, State, or local government, or subdivisions thereof, or of any other duly constituted public authority. Further the contactor shall obey and abide by all applicable laws and ordinance. C.3 Indemnification The contractor shall hold harmless and indemnify the government against any and all claims and costs of any kind and nature, for any loss or damage occurring in connection with the contractor’s acts or omissions incident to its performance under this contract. This indemnification includes the acts or omissions of the contractor, any subcontractor or any employee, agent, or representative of the contractor or subcontractor. C.4 On-Site Contractor Performance During all operations on government premises, the contractor personnel shall comply with the rules, regulations and procedures governing the conduct of personnel and the operation of the facility, as expressed in DHS, US Coast Guard written and/or oral procedures. These procedures shall be furnished to the contractor within five (5) days after contract award. C.5 Observance of Legal Holidays and Administrative Leave The government hereby provides NOTICE and contractor hereby acknowledges RECEIPT that government personnel observe the listed days as holidays, and subsequently the moving personnel will be compensated for the holiday as follows: New Year’s Day Martin Luther King’s Birthday Washington’s Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran’s Day Thanksgiving Day Christmas In addition to the days designated as holidays, the government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President’s Proclamation It is understood and agreed between the government and the contractor that observance of such days by government personnel shall not be a reason for an additional period of performance, or entitlement of compensation except as set forth within the contract. In the event the contractor’s personnel work during the holiday, this provision does not preclude reimbursement for authorized overtime work if applicable to this contract. When DHS grants administrative leave to its employees, assigned contractor personnel shall also be dismissed. The contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the CO or the COTR. In each instance when administrative leave is granted to contractor personnel as a result of inclement weather, potentially hazardous conditions, explosions and other special circumstances, etc., it will be without contract price reduction. C.6 Safety and Health In order to provide safety controls for protection to the life and health of contractor personnel; for prevention of damage to property, materials, supplies and equipment, and for the avoidance of work interruptions in the performance of the contract, the contractor shall comply with the safety, health and fire protection policies and procedures as may be provided. The contractor shall maintain an accurate record, and shall report to the CO all incidents and accidents resulting in death, traumatic injury, and/or damage to property, materials, supplies and equipment incident to work performance under this contract. The contractor shall take or cause to be taken such additional safety measures as the CO may determine to be reasonably necessary. The CO or the COTR will notify the contractor of any noncompliance with the provisions of this section and corrective action to be taken. The contractor shall, after receipt of such notice, immediately take such corrective action. Such notice delivered to the contractor or COTR at the site of work shall be deemed sufficient for this purpose. If the contractor fails or refuses to comply promptly, the COTR may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop work order shall be subject of claim or extension of time for costs or damages by the contractor. Compliance with the provisions of this action by subcontractors will be the responsibility of the contractor. C.7 Identification of Employees During the life of this contract, the rights of ingress and egress for contractor personnel shall be made available as required. In this regard, all contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the government. The COTR will assist the contractor in obtaining the badges for contractor personnel. It is the sole responsibility of the contractor to insure that each employee has proper identification at all times. All prescribed identification shall immediately be delivered to the security office for cancellation or disposition upon the termination of employment of any contractor personnel. Contract personnel must have this identification in their possession during on-site performance under this contract. WORKMEN COMPENSATION: As required by law at the job site Qualifications of Employees The CO may require dismissal from work of those employees which he/she deems incompetent, careless, insubordinate, unsuitable or otherwise objectionable, or whose continued employment he/she deems contrary to the public interest or inconsistent with the best interest of national security. The contractor shall fill out, and cause each of its employees in the contract work to fill out, for submission to the government, such forms as may be necessary for security or other reasons. Upon request of the CO, the contractor’s employees shall be fingerprinted. Each employee of the contractor shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form I-151, or who presents other evidence from the Immigration and Naturalization Service that employment will not affect his/her immigration status. Note 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c55ab4300c0de838afd39bdae6b050a9&tab=core&_cview=1)
 
Place of Performance
Address: 2100 2'ND ST S.W., WASHINGTON, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN01583866-W 20080601/080530220516-c55ab4300c0de838afd39bdae6b050a9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.