Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
SOLICITATION NOTICE

U -- Mentoring in a a Diverse Workforce Course

Notice Date
4/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCGG8-02-Q-PTW012
 
Response Due
5/15/2002
 
Point of Contact
SK3 Jason Stieber, Purchasing Agent, Phone 202-267-1574, Fax 202-267-4727, - SK3 Jason Stieber, Purchasing Agent, Phone 202-267-1574, Fax 202-267-4727,
 
E-Mail Address
jstieber@comdt.uscg.mil, jstieber@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: It is very important to read this notice in its entirety. The U.S. Coast Guard is in need of 2 Mentoring in a Diverse Workforce courses. Please see attached statement of work, respectively titled Statement of Work. These courses will be held at the Coast Guard Training Center Yorktown, Va. The dates are firm and will be 14-19 July 2002 and 08-13 September 2002. This request is a total set aside for small business. NAICS: 611430; size standard $6.0. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attached documents carefully. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the training by providing a brief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, 15 May 2002. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work. (2) Past performance history (current or within the last 18 months) on training similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. Cost Proposal: provide Firm Fixed-Price proposal, broken down by travel expenses etc. Offerors must submit an original and one copy of the proposal to Jason Stieber, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to jstieber@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. (4) Ability to answer all tasks outlined in the statement of work. This will be a Best-Value award determination. Price will be a factor, but a technical evaluation will be performed, and technical and past performance will be more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items are attached and must be filled out by all interested parties. If 52.212-3 is not filled out, the proposal will be discarded. 52.212-4 (Aug 00), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 00). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, 06 MAY 2002. All questions received after that time will be discarded. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: <http://osdbuweb.dot.gov> NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JUN-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/COA3HSC/DTCGG8-02-Q-PTW012/listing.html)
 
Place of Performance
Address: USCG TRAINING CENTER YORKTOWN YORKTOWN, VA
Country: USA
 
Record
SN00098972-F 20020626/020624214441 (fbodaily.com)
 
Source
FedBizOpps.gov 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.