Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

U -- PURCHASE OF INCOSE TRAINING

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-11-Q-PC6032
 
Archive Date
12/29/2010
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Carrie Houck,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
(james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-11-Q-PC6032.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through FAC Federal Acquisition Circular 05-46. This procurement will be processed in accordance with FAR Part 12 &13. The North American Industry Classification System (NAICS) is 611430 The SBA size standard in Dollars is 7.0M. This IS a 100% Total Small Business Set-Aside. (IAW FAR Part 19.502-2) The USCG Command and Control and Communications Engineering Center (C3CEN) Ports. Va. 23703 intends to issue a Firm Fixed Price Purchase Order Contract for the purchase of the following Training Services listed below in Schedule-B. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these material/items than that information listed. Request for such will be disregarded. Schedule-B Line Item # Description Quantity Unit 1 1 3-day Training session 1 Job IAW the attached SOW Below 2 Est. Travel Cost Proposal 1 Ea See SOW for Location *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Proposed Course Syllabus,by Dec/14/2010 @ 8:00am EST. The Offeror is to provide an Estimated Travel Cost Proposal, if the Offeror fails to provide a Estimated Travel Cost Proposal, the Offer will not be considered for PO Contract Award. All Travel expenses will be reimburse IAW the JFTR, all Travel cost in excess of $75.00 will be required to be accompanied by a Receipt. FIRM FIXED Price Quotations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Dec/14/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to James.A.Lassiter@uscg.mil Email is preferred. The anticipated Award Date for the PO Contract is Dec/15/2010, this date is approximate and not exact. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: 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 government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- Award will be made to the Offeror proposing the Best Value to the Government considering specification of proposed Training Course, Price, Delivery(ability to be flexible on Start/Complete as stated in SOW), and Past Performance, and Quality of proposed Syllabus for Training Course. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2010) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (OCT 2010), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Statement of Work (SOW) Training: Requirements Development and Management (INCOSE Standards) START: To Be Determined, Government and Contractor will agree on training dates within 10-days of award date. Training will be held no later than 30 April. LENGTH OF COURSE: 3 Days SHORT TITLE: 3 Day Training Course: Requirements Development and Management (INCOSE Standards) 1. PLACE OF PERFORMANCE: Telecommunication and Information Systems Command (TISCOM), 7323 TELEGRAPH Rd. Alexandria, VA 22315 2. REFERENCES: INCOSE Systems Engineering Handbook 3. SECURITY REQUIREMENTS: None - The nature of the required work is unclassified. 4. PURCHASE ORDER MANAGEMENT DESIGNATION: The USCG PO Contractual POC is James A. Lassiter, Contracting Officer James.A.Lassiter@uscg.mil 757-686-2149 The USCG Technical POC representative for this Purchase Order is LT Joseph Graham, USCG, who can be reached at joseph.f.graham@uscg.mil 5. DESCRIPTION OF WORK: 5.1 Scope: To provide project managers, project engineers, and operator/user representatives the knowledge necessary to effectively develop and manage project requirements. This training should be taught to the INCOSE standards. A minimum of 20 students and maximum of 30 students will be allowed to attend the training. [Note: It is acceptable for the Contractor to provide a range of costs covering the range of possible number of students.] The training must be conducted by a contractor that is knowledgeable of the INCOSE standards of requirements development and management and has experience in the field of systems engineering, specifically requirements development and management. Additionally, the contractor must have experience in conducting classroom-type training on requirements development and management. 6. GOVERNMENT-FURNISHED PROPERTY (GFP): The CG/Government will provide classroom space with an overhead projector for training. 7. DELIVERABLES: 7.1The Contractor shall provide all applicable Classroom Materials/Handouts for student use. 7.2The Contractor shall provide a List Of Attendees to the CG Tech POC. 7.3The Contractor will be required to provide to the CG Tech POC an End-Of-Course Survey, this Survey is to be completed by the CG Attendees. 8. OTHER CONDITIONS/REQUIREMENTS: 8.1. Travel The Contractor is required to Travel to TISCOM located at 7323 Telegraph Rd, Alexandria, VA 22315 8.2. Place and Hours of Performance: Work is to be performed at TISCOM in Alexandria Virginia from 0800 - 1600 daily. Telecommunication and Information Systems Command (TISCOM), 7323 TELEGRAPH Rd. Alexandria, VA 22315 8.3. Quality Assurance Provisions: CG Tech POC will review End-Of-Course Surveys 8.3.1. Compliance The Contractor shall ensure that delivered tasks meet all standards and guidelines provided in this contract and in applicable regulations and directives. 8.3.2. Acceptance A preliminary Training Syllabus submitted to the Coast Guard will be reviewed by the Coast Guard for completeness, and may be returned to the contractor for correction. Absence of any comments by the Coast Guard shall not relieve the Contractor of the responsibility for complying with the requirements of this work statement. The work shall be considered complete when the training has concluded and all deliverables have been provided to the CG/Government representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC6032/listing.html)
 
Place of Performance
Address: 7323 TELEGRAPH RD, ALEXANDRIA, Virginia, 22315, United States
Zip Code: 22315
 
Record
SN02334663-W 20101201/101129234054-62cc438edffcc0386f95d81485023bfa (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.