Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

U -- Shipboard Fire Fighting and Damage Control Training - Statement of Work

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
70Z02318QPBP05500
 
Archive Date
2/7/2018
 
Point of Contact
Jazmine Gordon, Phone: 202-475-3426, Wendy M Stevenson, Phone: 202-475-3214
 
E-Mail Address
Jazmine.t.gordon@uscg.mil, wendy.stevenson@uscg.mil
(Jazmine.t.gordon@uscg.mil, wendy.stevenson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW_ Attachment 5.3 - Course description for K-495-0045 SOW_ Attachment 5.2 - Course description for A-495-0018 SOW_ Attachment 5.1 -Course description for A-495-0416 Attachment 3- Pricing Sheet Attachment 2- Clauses and Provisions Attachment 1- Statement of Work The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number 70Z02318QPBP05500, for Shipboard Fire Fighting and Damage Control Training to be held in the Seattle, WA or Everett, WA area. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The applicable NAICS code is 611519 - Other Technical and Trade Schools. The SBA small business size standard is $11,000,000.00. This is an unrestricted requirement. The attached Statement of Work (SOW) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this solicitation. 52.212-2, Evaluation - Commercial Items (Oct 2014) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2017), applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017), with its offer and the "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Terms and conditions necessary for this acquisition and consistent with customary commercial practices are found in Attachment 3: Clauses and Provisions. Quotes shall include the following: (1) Technical Capability This document shall include written information that pertains to the Offeror's technical capability to provide the training as specified in the statement of work (SOW), Attachment 1 and attached course descriptions for A-495-0416 - General Shipboard Fire Fighting with SCBA; A-495-0018 - Fire Fighting Integrated Team Training ; and K-495-0045- General Shipboard Damage Control. The Offeror shall also provide proof of its company and instructors holding qualification/certification from USCG National Maritime Center and/or National Fire Protection Association. (2) Responsibility • Quote must include company's address, DUNS Number, CAGE CODE, and Tax ID Number. • The entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). (3) Price • The Offeror shall provide a price quote on a Firm-Fixed Price (FFP) basis. The Offeror shall provide pricing in the format outlined in Attachment 3 Pricing 70Z02318Q PBP05500. Basis for award: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order to the lowest price and technically acceptable (LPTA) offer. Offerors that do not submit all of the information required, may not be considered for award. Refer to provisions 52.212-1 and 52.212-2 for offer requirements and evaluation of offers and DHS clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) for required "fill in" information. The Government anticipates making an award without discussions. Period of Performance: Session 1: Week of 29 January 2018. desired date, due to ship's schedule and in accordance with SOW Section 1.0 Place of Performance Address: Contractor's facility, Seattle, WA or Everett, WA (area) Evaluation: (1) Technical Capability The Government will evaluate the Offeror's technical capability to determine whether the organization and instructors proposed have the qualifications and capability to meet the requirements of the SOW and the provided course descriptions. (2) Responsibility The Government will evaluate ALL prospective offerors for responsibility, determined by an active SAM record submission. (3) Price The Government will evaluate all proposed prices in accordance with Attachment 3 to determine price reasonableness. Please submit quotations via email to Ms. Jazmine Gordon at jazmine.t.gordon@uscg.mil. When responding, please include "70Z02318QPBP05500" in the subject line of the email. Attachments: (1) Statement of Work (2) Clauses and Provisions (3) Pricing sheet (4) Course Descriptions (3)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z02318QPBP05500/listing.html)
 
Place of Performance
Address: Session 1: Week of 29 January 2018. desired date, due to ship’s schedule and in accordance with SOW Section 1.0, United States
 
Record
SN04793869-W 20180120/180118231809-34e10003887ed0cbf2303b078517d9b4 (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  © 1994-2020, Loren Data Corp.