Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

U -- Tachtical Operations Education & Training Services

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23095-R-DOT097
 
Response Due
8/15/2005
 
Archive Date
9/30/2005
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included with this notice. This procurement is being made in accordance with the procedures in FAR Part 12, FAR Part 15, and FAR Part 16.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-05-R-DOT097 and it is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-04. The NAIC code is 611699. The U.S. Coast Guard (USCG) will award a single Indefinite Quantity, Indefinite Delivery (IDIQ) type contract for Tactical Operations Training services. The period of performance shall be from date of award through 365 days thereafter, with one one-year option period, and the services will be ordered through task orders containing Firm-Fixed price (FFP) and Time-and-Materials (T&M) contract line items (CLINS). The contractor shall be required to provide services in accordance with the attached performance based Statement of Work (SOW), provided in amendment 1. The contractor shall provide the services in accordance with the above applicable terms and conditions. Inspection shall be in accordance with FAR 52.212-4 and FAR 52.212-6. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b)(10). In accordance with FAR 52.212-2, the Government will award a contract to the responsible offeror whose offer, conforming to the solicitation requirements, is most advantageous to the USCG. The USCG will evaluate offers based on: 1) Relevant Past Experience/Proposed Personnel with current expertise in military, other government law enforcement techniques and training, or Tactical USCG Units operations and training; 2) Understanding of work based on SOW; 3) Relevant Past Performance; and 4) Price. Relevant Past Experience is the most important factor and all other technical factors are of equal importance. When all things combined, all technical factors are significantly more important than price. Total contract ceiling price will be evaluated for reasonableness in accordance with FAR 15.404-1b. The total contract ceiling is derived by multiplying the maximum FFP quantities by their respective unit prices and then summing those totals along with the T&M ceiling prices. Offerors are required to submit at least 3 relevant past performance references. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. Evaluation of the option shall not obligate the Government to exercise the option. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification --Commercial Items Alt I, with their proposal. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.216-18, Ordering (insert ?date of contract award through contract expiration?); 52.216-19, Order Limitations; 52.216-22 (insert ?120 days after contract expiration.?); 52.217-8, Option to Extend Services; 52.217-9 (insert ?prior to contract expiration? in the clause?s first sentence); and Clause 52.222-46, Evaluation of Compensation for Professional Employees. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, is incorporated by reference into this solicitation. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1;11;12;13;14;15. CLINS 00001, 00002, 10001, and 10002 are FFP. CLINS 00003, 00004, 00005, 10003, 10004, and 10005 are T&M. The total not to exceed ceiling for the T&M CLINS is $3,520,000 for the base period and $3,660,800 for the option period of the contract. Vendors should provide a quote for the T&M CLINS using labor types/categories, price per hour for those labor categories, and the total number of hours proposed for each labor category. Vendors shall provide a price quote in their proposal for each of the following CLINS: CLIN00001: Contractor to provide Tactical Operations Training Courses at Camp Lejuene, NC. Course shall be four weeks in length and shall provide basic tactical operations training. Contractor shall provide a minimum of 1 course and a maximum of 7 courses per year. CLIN00002: Contractor to provide Advanced Tactical Operations Training Courses at Camp Lejuene, NC. Course shall be five weeks in length and shall provide advanced tactical operations training. Contractor shall provide a minimum of 1 course and a maximum of 7 courses per year. CLIN00003: Contractor to provide Tactical Operations Proficiency Training at Chesapeake, VA. Contractor shall provide a team of instructors to provide refresher training to CG boarding teams on an as-needed basis. CLIN00004: Contractor to provide a Tactical Operations Mobile Training Team (MTT) to provide on-site unit training for CG operational units nationwide on an as-needed basis. CLIN00005: Contractor to provide technical services to assist the CG in developing tactical operations deployment policies, tactical law enforcement team outfitting and equipment standards, standard operating procedures, tactical operations lesson plans, and other program guidance. CLIN10001: Option Period One: Contractor to provide Tactical Operations Training Courses at Camp Lejuene, NC. Course shall be four weeks in length and shall provide basic tactical operations training. Contractor shall provide a minimum of 1 course and a maximum of 7 courses per year. CLIN10002: Option Period One: Contractor to provide Advanced Tactical Operations Training Courses at Camp Lejuene, NC. Course shall be five weeks in length and shall provide advanced tactical operations training. Contractor shall provide a minimum of 1 course and a maximum of 7 courses per year. CLIN10003: Option Period One: Contractor to provide Tactical Operations Proficiency Training at Chesapeake, VA. Contractor shall provide a team of instructors to provide refresher training to CG boarding teams on an as-needed basis. CLIN10004: Option Period One: Contractor to provide Tactical Operations Mobile Training Team (MTT) to provide on-site unit training for CG operational units nationwide on an as-needed basis. CLIN10005: Option Period One: Contractor to provide technical services to assist the CG in developing tactical operations deployment policies, tactical law enforcement team outfitting and equipment standards, standard operating procedures, tactical operations lesson plans, and other program guidance. Proposals are due no later than 12:00 p.m. on 15 August 2005. It your offer is being submitted by REGULAR mail, use the following address: Commandant (G-ACS-4/WO) U.S. CG Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001, Attention Mr. Walt O?Brien. If you are submitting your offer via EXPRESS MAIL or COURIER, use the following address: Commandant (G-ACS-4/WO), U.S. CG Headquarters, 1900 Half Street, SW, Washington, DC 20024, Suite 1100, Attention: Mr. Walt O?Brien. Offerors are encouraged to submit your offer electronically to wobrien@comdt.uscg.mil IF YOUR OFFER IS LESS THAN 30 PAGES. However, it is each offeror?s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. Should vendors have any questions, contact the Contracting Officer, Ms. Jennie Peterson at jpeterson@comdt.uscg.mil. It is the policy of the CG to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a CG solicitation 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 offeror should then contact the CG Solicitation Ombudsman at the following address: Commandant (G-CG-85-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date.
 
Place of Performance
Address: TBD
 
Record
SN00849008-W 20050720/050718211527 (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.