Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2013 FBO #4110
SOLICITATION NOTICE

U -- NACE Training & Certification - Justification for Other than Full and Open Competition

Notice Date
2/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
2113403Y5082342001
 
Archive Date
3/15/2013
 
Point of Contact
Brandie R Dunnigan, Phone: 410/762-6446
 
E-Mail Address
brandie.r.dunnigan@uscg.mil
(brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
JOTFOC (Justificaiton for Other than Full and Open Competition) (i) This is a combined synopsis/solicitation for services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 2113403Y5082342001 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 (September 2012). (iv) The North American Industry Classification System (NAICS) code is 611699 and the business size standard is $7.0 million dollars for the requirement. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only NACE National Association of Corrosion Engineers can provide this training and certification to include all Instructional materials, slides and video tapes to achieve Level I NACE inspector certification. Concerns having the expertise and required capabilities to provide this training and qualified certifications are invited to submit complete information discussing the same within 3 calendar days from the day this notice is posted. The information submitted must include a letter from the NACE verifying that the offeror is authorized to complete the certification and verifying that the NACE will supply Level I Certifications, or information demonstrating that this training and certification has been satisfactorily provided to NACE or the Government in the past. NACE TRAINING - CIP LEVEL I FOR 20 EMPLOYEES TO BE CONDUCTED AT THE: U.S. Coast Guard YARD SHOP X42 2401 Hawkins Point Road Baltimore, MD 21226 1 Job @ $___________________ (i) Place of Administration: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226. (ii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g)Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 - 2 apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offeres: TECHNICAL EVALUATION FACTORS: 1. OFFEROR SHALL PROVIDE A FAIR AND REASONABLE PRICE FOR THIS SERVICE 2. OFFEROR SHALL HAVE ALL NECESSARY EQUIPMENT NEEDED TO PERFORM THIS TRAINING/CERTIFICATION. 3. OFFEROR SHALL BE ABLE TO PROVIDE THIS TRAINING AROUND THE END OF MARCH 2013 The Government will award to lowest price technically acceptable based on the above Technical Evaluation. This Solicitation will be awarded on all or none basis. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2012) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2012) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2012). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a)(2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) d. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). g. 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq) h. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq) i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). j. 52.222-50 Combating Trafficking in Persons (Feb. 2009) k. 52.222-54, Employment Eligibility Verification(Jan2009)(E.O.12989) l. 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). m. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). n. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). o. 52.203-6 Restriction on Subcontractor Sales to the Government(Sept2006) with Alt 1 p. 52.233-3 Protest after award (Aug. 1996.) q. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). r. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (vii) See required documents for scanned copies of each item requested. (viii) Defense Priorities and Allocations System (DPAS): N/A (ix) QUOTES ARE DUE BY 12:00 PM EST on February 28th, 2013. Quotes may be faxed (410) 762-6008 or PREFERRED method emailed to brandie.r.dunnigan@uscg.mil (x) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2113403Y5082342001/listing.html)
 
Record
SN02993946-W 20130224/130222234248-e4e4c8eaed9a275f18ff729d19de88af (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.