Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

U -- Shipboard Electrical Safety for Non-Electrican

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, WLB/WLM Project Resident Office (G-ACS), 1600 Ely Street Bottom of the Hill PRO MARINETTE, Marinette, WI, 54143
 
ZIP Code
54143
 
Solicitation Number
HSCG23-05-Q-AGL021
 
Response Due
5/9/2005
 
Archive Date
5/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6.and 13.5, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; price quotes are being requested and a written solicitation will not be issued. This solicitation (HSCG23-05-Q-AGL021) is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. FAR clauses and provisions are available via Internet address: http://www.arnet.gov/far/. This action is 100% small business set-aside. The NAICS code is 611519 and the Small Business Size Standard is $6.0 million annually. This training requirement is to provide personnel assigned to the Pre-Commissioning Detachment of Coast Guard Cutter Mackinaw training. The USCGC Mackinaw?s main propulsion system operates at 4160 volts and has the potential to produce arc flash hazard. An arc flash can cause serious injury or death to workers. Training requires an instructor knowledgeable of shipboard high/medium voltage propulsion systems operation, maintenance & safety practices. The instructor must have a minimum of 2 years experience as an instructor and have a minimum of 2 years hands-on shipboard experience working with voltages of 4160 VAC or higher. Desired course dates are 7/26 - 7/29/2005. Description of the Effort CLIN 0001, 2 ? Day Safety Training Course for 21 students (I.A.W. Section B.1 of the SOW) CLIN 0002, 1-Day Safety for Non-Electrician Seminar for 35 students (I.A.W. Section B.2 of the SOW) Statement of Work. Section B1 2 ? Day Safety Training Course for 21 students For equipment operators & maintenance technicians, include general equipment maintenance & safe operation practices, high voltage test equipment and personal protective equipment and clothing selection and use. The cost estimate for both courses includes instructor travel, equipment shipping costs, course material, training aids, written examinations, and Hands-on practical exercises. Section B2 1 Day Safety for Non-Electrician Seminar for 35 students. Provide shipboard high voltage safety, danger of a high voltage system based on electrical safety regulations of OSHA 29CFR1910 and ANSI/NFPA 70E. The cost estimate for both courses includes instructor travel, equipment shipping costs, course material, training aids, written examinations, and Hands-on practical exercises. Required Proposal Deliverables The following items are required elements of the Offeror?s submission package due at the closing date: 1. Provide for evaluation, a firm fixed price for each course (CLIN 0001 and CLIN 0002) in accordance with the complete effort defined in the Statement of Work (SOW). 2. Course Materials. The Contractor shall submit a complete course syllabus along with any other supporting material. 3. Technical Capability/Experience Documentation. To verify that the Offeror has an established professional reputation in preparing for and conducting training of this nature, include evidence of successful efforts, including customer names, in similar work of comparable nature and complexity over the past five years. The prior experience may include work accomplished for Government and non-Government entities. Resumes submitted by the Offeror must provide evidence that the Instructor is fully qualified in accordance with the SOW. The Government reserves the right to verify information submitted under Technical Capability/Experience. General Information and Clauses Technical questions can be emailed to CWO3 Robert Steele at RSteele@promarinette.uscg.mil. They will then be forwarded to a technical expert and the question and answer will be provided to all interested parties. F.O.B. Point will be F.O.B. Destination for the training. Anticipated award date is on or about May 10, 2005. All responsible sources may submit a proposal, which shall be considered by the agency. The following FAR Provisions and clauses apply to this request for quotation and are incorporated by reference. 52.252-2 Clause Incorporated by Reference (FEB 1998). This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far/. 52.212-1 Instructions to Offerors Commercial Items (JAN 2004) 52.212-2 Evaluation of Commercial Items (JAN 1999) The following factors shall be used to evaluate Offerors: Technical Capability/ Experience and Price. Technical Capability/Experience is weighted higher than Price. The closer the Offerors are to technical equality, the more important price becomes. Technical Capability/Experience information will be used both for responsibility determination and as an evaluation factor. 52.213-3 Offeror Representations and Certifications Commercial Items (MAY 2004). Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003) 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (MAY 2004) 52.204-7 Central Contractor Registration (OCT 2003) 52.211-14 Notice of Priority Rating for National Defense Use (SEPT 1990) Any contract awarded as a result of this solicitation will be DX rated order; or X DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. 52.211-15 Defense Priority and Allocation Requirements (SEPT 1990) 52.219-1 Small Business Program Representatives (MAY 2004) 52.227-14 Rights in Data General (JUNE 1987) 51.228-3 Workers Compensation Insurance (Defense Base Act) (APR 1984) 52.247-34 F.O.B. Destination (NOV 1991) Closing date and time for receipt of offers is 09 May 05, 2:00 p.m., EST. No extensions will be granted. Contact CWO3 Robert Steele 715-735-4135 for questions regarding this solicitation. Due to the length of the proposal package and other proposal requirements, facsimile transmissions will not be accepted. Submit proposals packages to the Contracting Officer listed below via e-mail.
 
Place of Performance
Address: PRECOMDET MACKINAW (WLBB 30),, 400 Wells St, Marinette WI
Zip Code: 54143
Country: United States
 
Record
SN00790721-W 20050421/050419211550 (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.