MODIFICATION
U -- Honda Engine Repair Training for the United States Coast Guard - Revised Quote Pricing Sheet
- Notice Date
- 5/9/2011
- Notice Type
- Modification/Amendment
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-Q-DBC005
- Archive Date
- 5/25/2011
- Point of Contact
- Paul Bean, Phone: 2024753327
- E-Mail Address
-
Richard.P.Bean@uscg.mil
(Richard.P.Bean@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Revised Quote Pricing Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Purchase Order with a period of performance of one (1) six month period. The solicitation number is HSCG23-11-Q-DBC005 and is being issued as a Request for Quotation (RFQ). This is a sole source acquisition issued on an unrestricted basis. The North American Industry Classification System (NAICS) code for this requirement is 611519 with a size standard of $7 million. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. The U.S. Coast Guard (USCG) intends to procure the following training: three five-day Honda BF200/225/HDS Engine Maintenance Courses for up to 12 students per class. All work performed must be IAW the Performance Work Statement (PWS). The Coast Guard intends to award a contract to the Universal Technical Institute, Inc. which is the parent company of Marine Mechanics Institute (MMI) of Orlando, Florida. MMI is the only known firm that provides military technical training for Honda boat engines. However, all responsible sources may submit an offer, which shall be considered by the Agency. Interested vendors are required to return the attached "Revised Quote Pricing Sheet" with all fields complete in order for the vendor's quote to be considred for evaluation. In accordance with the Service Contract Act, the Offeror must abide by the applicable Wage Determination for the service site. At present, the only anticipated service site known is Orlando, Florida and therefore the applicable Wage Determination is attached to this solicitation. The solicited training services will be held at the Contractor's proposed facilities and the applicable Wage Determination will be incorporated upon award. The following FAR CG-912 provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm FAR 52.204-7, Central Contractor Registration (APR 2008) FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) and is supplemented as follows: QUOTE SUBMISSION DEADLINE: Vendors shall submit an electronic version of the quote in word, excel, or adobe pdf format by 4:00pm on Tuesday May 10, 2011 via email to Richard.P.Bean@uscg.mil. Any questions should be emailed no later than 3:00 pm Eastern Standard Time (EST) on Wednesday, May 04, 2011. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Past performance references; (5) Completed pricing spreadsheet; (6) Terms of any express warranty; (7) Price, availability and any discount terms; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.211-3(j) for those representations and certifications that the offeror shall complete electronically); (10) Acknowledgement of Solicitation Amendments; (11) Company Tax Information Number and DUNS Number. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), and is supplemented as follows: This is a lowest price technically acceptable acquisition. The USCG intends to award a Purchase Order resulting from this quote solicitation to the responsible offeror whose offer is most advantageous to the Government. The evaluation process will consist initially of a review of quotations for substantial compliance with the requirements set forth in the solicitation. Proposals that are determined to not substantially meet requirements may not be considered further for award. Following the initial evaluation, the USCG will evaluate the quotations that meet the requirements of the solicitation against the following evaluation criteria: i. Technical Acceptability: Offerors must submit documentation that reflects compliance with the attached specification; the Government will evaluate each vendor's compliance with the attached specification to determine acceptability. ii. Past Performance: Demonstrate relevant experience in managing efforts of the size and type outlined in this solicitation. iii. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. Technical acceptability is greater than past performance; however when combined, they are more important than price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2011). Clause 52.212-5 further incorporates the following: 52.209-6 (Sept 2006), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb. 1999), 52.222-26 (Mar 2007), 52.222-36 (Jun 1998), 52.222-41 (Nov 2007), 52.223-18 (Sep 2010), 52.225-13 (June 2008), and 52.232-33 (Oct 2003). FAR 52.227-14, Rights in Data - General (Dec 2007) Request for Payment In accordance with invoice procedures outlined in FAR 52.212-4(g) Invoice, please e-mail each invoice to the following e-mail addresses: CG-9121-Invoices@uscg.mil, Richard.P.Bean@uscg.mil, and Patrick.W.McMahon@uscg.mil. COMMANDANT CG-9121(WS) U.S. COAST GUARD 2100 2ND Street, SW STOP 7112 Washington, DC 20593-7112 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695 AMENDMENT I: THE SOLICITATION IS HEREBY AMENDED TO CORRECT AN ERROR IN THE "QUOTE PRICING SHEET". THE QUANTITY REQUESTED FOR QUOTATION OF "4" IS HEREBY REPLACED WITH "3". THIS CHANGE IS REFLECTED IN THE ATTACHED "REVISED QUOTE PRICING SHEET". VENDORS ARE REQUIRED TO COMPLETE THE REVISED QUOTE PRICING SHEET. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-Q-DBC005/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02443595-W 20110511/110509234925-26ff3346a0a3bf881eb1cc4635aa0f16 (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 |