Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2014 FBO #4512
SOLICITATION NOTICE

U -- Purchase of Shipboard Cable Training

Notice Date
3/31/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
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
HSCG44-14-Q-PC7043
 
Archive Date
4/24/2014
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information 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 HSCG44-14-Q-PC7043. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-72. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 611710. The SBA size standard is $14.0 Million. It is not anticipated that the Contracting Officer will receive 2 or more offers from a qualified Small Business Concerns; therefore IAW FAR 19.502-2 (a) this IS NOT A Small Business Set-A-Side. The UCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA intends to purchase on a non-competitive basis by awarding a Firm Fixed Purchase Order Contract to: AMSEC, LLC for 5 days of training for Shipboard Cable Installation and Repair Training. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. The proposed contract action resulting from this synopsis solicitation/solicitation for commercial services is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties 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 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon response to this notice is solely the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for Information purposes. The contractor for this Sole Source contract is AMSEC, LLC, Cage Code 1LT84. A current search in SAMS was conducted on this Contractor by the Contracting Officer, and they are current and active as of 3/28/2014. This is a Sole Source Procurement. See JOTFOC Document below. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Apr/9/2014 @ 7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Total Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to the POC Beverly Turman-Dawson, Acquisition Specialist, beverly.a.turman-dawson@uscg.mil Required Delivery Date is 30 Days ARO. The exact date for Training is to be established within 5 days after Award. Anticipated Award Date for the PO Contract is Apr/10/2013, this date is approximate and not exact. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance, will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. Schedule B: Line Item 1: 1 EA of - 5 Day Shipboard Cable Installation and Repair Training for up to 10-12 students. Location for training is to be at the Contractors Facility in Portsmouth, Chesapeake, or VA. Beach, VA. This training is IAW the SOW below. Total Cost: _________________________ Email quotes to the POC Beverly Turman-Dawson, Acquisition Specialist, beverly.a.turman-dawson@uscg.mil The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), 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, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) to include Alt I (APR 2011). 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 (FEB 2012) with the following addendas: FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 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) (FEB 2012). 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 The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (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 (OCT 2010) (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 2010) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) 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) The above/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. Email quotes to the POC Beverly Turman-Dawson, Acquisition Specialist, beverly.a.turman-dawson@uscg.mil STATEMENT OF WORK START: To Be Determined COMPLETE: Within 3-Months of award SHORT TITLE: Shipboard Cable Installation and Repair Training 1. PLACES OF PERFORMANCE: a. Contractor's Facility (local to Portsmouth, Chesapeake, or Virginia Beach, VA) 2. REFERENCES: a. DOD-STD-2003 (SH) Electrical Plant Installation Standard Methods for Surface Ships and Submarines b. NAVSEA INST 9304.1() Cable Inspection Criteria c. NAVSEA S9300-A5-GYD-010 Electrical Information Guide d. EIMB-0110, Electronics Installation and Maintenance Book Installation Standards e. COMDTINST M10550.25, Electronics Manual 3. SPECIFICATIONS: N/A 4. SECURITY REQUIREMENTS: N/A 5. ORDER MANAGEMENT DESIGNATION: 5.1 The Contracting Officer Technical Representative (COTR) for this order is Mr. Charles Huthmaker, C3CEN (CT-C1), who can be reached at (757) 686-4080. 6. DESCRIPTION OF WORK: 6.1 The Contractor shall provide instructor led training and certification for ten (10) to twelve (12) students. The following is required. - NAVSEA Certified Cableway Installation and Repair Instructor - Classroom Facility - Training handouts - Hands-on materials - Tools - Training Aids - NAVSEA Reference Documentation 6.2 Course curriculum should include but not be limited to the following: - Special Tools and Equipment - Stuffing Tubes - Penetration of Equipment and Boxes - Multi-Cable Penetrations - Hangers - Banding - Chaffing Rings - Cable Pulling Techniques - Dead Ending Cables - Testing Cables - Cable ID and Marking - Cableway Inspection 7. GOVERNMENT FURNISHED INFORMATION (GFI): N/A 8. GOVERNMENT FURNISHED MATERIAL (GFM): N/A 9. GOVERNMENT-FURNISHED EQUIPMENT (GFE): N/A 10. CONTRACTOR FURNISHED EQUIPMENT (CFE): N/A 11. CONTRACTOR FURNISHED MATERIAL (CFM)/CONTRACTOR ACQUIRED PROPERTY (CAP): The Contractor shall provide all materials, tools, mock-ups and equipment to present the training. 12. TRAVEL REQUIREMENTS: NA 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: N/A 14. DATA DELIVERABLES: The Contractor shall provide the following deliverables in hardcopy. a. Student Guide b. Electrical Information Guide c. Certificates of Completion d. Certification Cards 15. SUB-CONTRACTING REQUIREMENTS: No subcontracting services are anticipated for this Task Order. 16. ACCEPTANCE PLAN: N/A 17. OTHER CONDITIONS/REQUIREMENTS: N/A 18. LIST OF ATTACHMENTS: N/A SIMPLIFIED ACQUISITION PROCEDURES (SAP) Sole Source Justification SOLICITATIONS MAY BE LIMITED TO ONE SOURCE ONLY IF THE CONTRACTING OFFICER DETERMINES THAT ONLY ONE SOURCE IS REASONABLY AVAILABLE. THIS DETERMINATION MUST BE SUPPORTED WITH FULL JUSTIFICATION FOR SOLE SOURCE FROM THE CUSTOMER. WHEN THE CUSTOMER DESCRIBES AN ITEM WITH A PURCHASE DESCRIPTION WHICH LIMITS THE AVAILABILITY TO ONE SOURCE, THE JUSTIFICATION MUST EXPLAIN WHY THE ITEM IS THE ONLY ONE THAT WILL MEET THE GOVERNMENT'S REQUIREMENT. STATEMENTS SUCH AS "ONLY KNOWN SOURCE" OR "ONLY SOURCE WHICH CAN MEET THE REQUIRED DELIVERY DATE" ARE INADEQUATE TO SUPPORT A SOLE SOURCE PURCHASE. THE CUSTOMER SHALL PROVIDE THE FOLLOWING INFORMATION: PURCHASE REQUEST OR REQUISITION NUMBER PROJECT/TASK NUMBER ESTIMATED AMOUNT 21-14-444PC7043 _______________________ $9,500.00 BRIEF DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED, AND THE INTENDED USE: Shipboard Electrical Cable and Cableway Inspection and Reporting Procedures certification program for ten-twelve persons on the topic of the installation and inspection of shipboard cable UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED: Since 1996, AMSEC LLC (formerly SAIC AMSEC) has been acknowledged by the U.S. Navy as the sole authorized NAVSEA instructor for training personnel for the installation and inspection of shipboard cables in accordance with NAVSEAINST 9304.1(Series) (Shipboard Electrical Cable and Cableway Inspection and Reporting Procedures), and DOD-STD-2003 NAVY EPISM (Electrical Plant Installation Standards Method). REASON THAT SUGGESTED SOURCE IS THE ONLY SOURCE WHICH CAN PROVIDE THE SUPPLIES OR SERVICES: They are the sole authorized NAVSEA instructor EXPLAIN WHY AN ADEQUATE PURCHASE DESCRIPTION OR OTHER INFORMATION SUITABLE TO SOLICIT BY FULL AND OPEN COMPETITION HAS NOT BEEN DEVELOPED OR ARE NOT AVAILABLE: None at this time PROVIDE A STATEMENT OF ACTIONS, IF ANY, THE GOVERNMENT MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE FUTURE ACQUISITIONS ARE REQUIRED: None at this time SIGNATURE AND TITLE OF CUSTOMER CODE TELEPHONE NUMBER DATE Charles N. Huthmaker _____________________ 3/28/2014 SIGNATURE OF CONTRACTING OFFICER CODE TELEPHONE NUMBER DATE James A. Lassiter ______________________ 3/28/2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-14-Q-PC7043/listing.html)
 
Record
SN03324694-W 20140402/140331234539-aadcabd5e60c73b522e749bcc8fe72b1 (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.