Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2004 FBO #0824
SOLICITATION NOTICE

U -- Rigid Hull Inflatable Boat Operation Training

Notice Date
2/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 50-7, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG85-04-Q-6LR095
 
Response Due
3/12/2004
 
Point of Contact
Valerie Rivera-Chase, Contract Specialist, Phone (510) 437-3624, Fax (510) 437-3392, - Brenda Hess, Supervisory Contract Specialist, Phone (510) 437-3390, Fax (510) 437-3392,
 
E-Mail Address
VRivera-Chase@d11.uscg.mil, bhess@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation DTCG85-04-Q- 6LR095 for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 01-19. This is small business set-aside procurement. The NAICS is 99000. It is the policy of the Coast Guard 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that Coast Guard 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 Coast Guard 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 at FAR 33.103(d)(2). 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 forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011. Award of a contract will be based on the following criteria: Past Performance and price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions. Therefore, offeror’s initial offer should contain its best terms. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The Coast Guard has a requirement to procure the following items for the RHI TRAINING OF THE US COAST GUARD PACAREA CUTTERS during the period of 23 March 2004 through 30 September 2004. The training will be held at each cutter’s home moorage within the West Coast area.various, Hawaii and Alaska. The requirements are as follows: Nineteen (19) RHI training to PACAREA cutters with different period of performance. Specific training dates and locations are available from the Contract Specialist, Valerie Rivera-Chase via e-mail vrivera-chase@d11.uscg.mil or Brenda Hess at bhess@d11.uscg.mil. The Contractor will provide a US Coast Guard approved Rigid Hull Inflatable Boat (RHIB), Inflatable Rescue Boats or rigid hulled training class for each cutter to include the following element: basic high and low speed operations; in water victim recovery (including multiple victims), open water search pattern, stern and side towing, rescues around fixed hazards (rocks, piers, or debris in open water) by using throwing devices or rescue swimmers, running alongside another vessel underway, helicopter hoists, start up and shut down procedures, and engine familiarization and trouble shooting for outboards, diesels, props and jets, sponson and valve repair, principles of rescue swimming; use of rescue equipment. In addition, training will also include surf operations and beaching and launching through surf, launch and recovery from ships, multiple victim scenarios, specialized law enforcement, security, or unusual rescue parameters, specialized vessels (including high speed craft), operations in swiftwater, and night operations. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Award will be made to the responsible offeror whose offer conforms to the solicitation. Quotes must contain the contractor’s Tax Information Number, and DUNS Number. Quotes must be received not later than 12 March 2004, 11:00 A.M., Local Time. Quotations received after the date and time specified will not be considered. Offerors may fax their quotes to: 510 437-3392 Attn: Valerie Rivera-Chase. Specifications are available through e-mail request to vrivera-chase @d11.uscg.mil. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000); 52.212-2, Evaluation-Commercial Items (JAN 1999) – (a) Factors for evaluation will include past performance, price, and small-disadvantaged business participation (b) past performance and price, when combined, are approximately equal in importance and small disadvantaged business participation is substantially less important than either past performance or price; Offerors are instructed to include a completed copy of FAR provision 52.212-3, "Offerors Representatives and Certification--Commercial Items with their offer; 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2002) are hereby incorporated by reference; 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212; 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program-Supplies (41 U.S.C. 2112 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). Offerors may obtain full text version of all clauses electronically at http://www.arnet.gov/far/. SPECIAL NOTE: FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this training requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of service involved, total dollar amount, procuring activity or firm’s complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. ATTENTION: For Women-Owned and Disadvantage Business Enterprises, the Department of Transportation (DOT) Minority, Office of Small and Disadvantaged Business Utilization has programs to assist minority, women-owned and disadvantaged enterprises to acquire short-term working capital assistance for transportation related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at the prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/VPLMLCP/DTCG85-04-Q-6LR095/listing.html)
 
Place of Performance
Address: Various locations within the West Coast, including Hawaii and Alaska
Country: USA
 
Record
SN00532254-F 20040228/040226234108 (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.