Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

U -- TRADE TRAINING SERVICES

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-05-Q-41409
 
Response Due
8/5/2005
 
Archive Date
8/20/2005
 
Description
This is a combined synopsis/solicitation for academic training services prepared in accordance with FAR subpart 12.6 of the FAR, FAC 2005-04, effective 08 July 2005 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 NAICS code for this solicitation is 611710 and the small business size standard is 1000. The U. S. Coast Guard Yard has a requirement for the following. 2005 Fall Semester Trades Training Program to begin September 2005 and 2006 Spring Semester Trades Training Program to begin January 2006. Academic Training for 15 students with an option of up to 30 students for each class to include the following courses: 1) English 051- Basic Writing I, Course description: Provides intensive instruction and practice in basic writing, includes the drafting, revision, and editing processes as well as instruction in grammar and mechanics, 4 non-credit course. 2) Reading 051 - Basic reading, Course description: Gives instruction in fundamental vocabulary and comprehension skills such as word attack, inferential reasoning, and basic reading techniques, provides extensive practice of skills through session in a computer lab, 4 none-credit course. 3) Math 081- Basic mathematics, Course description: Covers fractions, decimals, ratios, rates, proportions, percents, basic statistics, U.S. and metric units of measurement, perimeter, area, volume and graphs, 3 non-credit course. Include any applicable student fees separately. Facility shall be within 35 miles of 2401 Hawkins Point Road, Baltimore, MD 21226. Any concerns within a 30 radius of U.S. Coast Guard Yard, Curtis Bay, Baltimore, MD., having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Courses offered must be acceptable for credit at The Community College of Baltimore County. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Proposals submitted in response to this solicitation must include: (1) course name, course number, description of course, number of credits, and unit/total price; (2) proposed start date and end date; (3) any applicable fees (4) taxpayer identification and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA became mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov. Contractors shall use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors are no longer required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.204-7, Central Contractor Registration (OCT 2003); FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005); 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999); Proposals are to evaluated and awarded on the following evaluation factors: Best value basis, price, delivery schedule, conformance to the technical requirements and past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (APR 2005). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns(15 U.S.C. 637(d)(2) and (3)(MAY 2004);52.222-3 Convict Labor (E.O. 11755)(JUNE 2003); 52.222-21, Prohibition of Segregated Facilities(FEB 1999); 52.222-26 Equal Opportunity (E.O. 11246)(APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(DEC 2001); 52.222-36 Affirmative Action for Workers with disabilities (29 USC 793)(JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10d)(JUNE 2003). 52.225-13, Restriction on Certain Foreign Purchases (E.O.S., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)(MAR 2005). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332)(OCT 2003). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (DEC 2003); Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.\
 
Record
SN00856440-W 20050730/050728211606 (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.