Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
MODIFICATION

U -- Incident Command System Training & Curriculum Development Services

Notice Date
7/14/2006
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, 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
HSCG23-06-R-DPP035
 
Response Due
7/19/2006
 
Archive Date
10/15/2006
 
Point of Contact
Waldron O'Brien, Contract Specialist, Phone 202-475-3238, Fax 202-475-3905,
 
E-Mail Address
wobrien@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers Regarding USCG Solicitation HSCG23-06-R-DPP035 The following list contains the questions received from Offerors since Amendment 3 to the solicitation was posted on July 12, 2006, and includes the specific response for each question. 1. Section 5.2 of Amendment #2 refers to "Coast Guard approved methodology and analysis SOP". What is the methodology and SOP? Answer: There are Coast Guard Standard Operating Procedures (SOP) for course development, analysis, and evaluations that describe the general contents and formats for the report documents that are generated through course reviews. This specific information will be provided to the Contractor at the contract Kick Off meeting. Under this contract the Coast Guard expects the Contractor to provide standard course tests, course evaluations, and summaries of the course evaluations within one month following the ending date of the course. The purpose is to assess the quality of the learning environment through student reactions, and to assess the learning that has occurred in a course of instruction. 2. Given adequate notification, may the contractor rotate Project Managers and alternates throughout the year with USCG approval? Answer: The Program Manager position is a Key personnel position. There are provisions in the FAR clause for replacement of a Key Personnel under the contract. 3. Will computer LCD projectors, screens, flipcharts, felt pens and other classroom instructional equipment be provided by the USCG? Answer: The Contractor is responsible for providing all course materials, equipment, and supplies for providing the courses and services under this contract. 4. Will DHS/USCG pay for security clearances for contractor personnel? Answer: The Contractor is responsible for all costs associated with providing their personnel with security clearances. 5. Will the USCG facilitate obtaining (their) required security clearances for contractor personnel in time to meet proposed training schedules? Will the schedule be coincided with contractors obtaining security clearances? Answer: The specific needs for security clearances will be discussed at the contract kick Off meeting. Currently, it?s anticipated that Contractor personnel will only require clearances for Sensitive Security Information (SSI) clearances which are based on local records checks and can be accomplished in a relatively short period of time. The Coast Guard will provide the Contractor with the specific information and points of contact needed to process Contractor staff for these clearances, but the Contractor is responsible for all administrative efforts and expenses required to obtain security clearances for their personnel. 6. Are the teaching materials/books/presentation aids to be included in the cost of the program or are they supplied by the CG? Answer: The Contractor is responsible for providing all course materials needed to present these courses (student workbooks, binders, teaching materials, presentation aids, etc.) except for the Incident Management Handbook which will be provided by the Coast Guard. 7. Do you have an expected date for releasing the answers to all contractor questions, as the proposal due date is quickly approaching? Answer: Answers to collected Offeror questions were released under Amendment 3 to the solicitation. This Amendment was posted to the FedBizOpps website on July 12, 2006. The final, follow on set of questions and answers from Offerors are contained herein. 8. Question #12 provides the information about the projected locations of the courses. However, it does not provide which course(s) will be taught at those locations. The ICS courses vary in length from 1 to 5 days. The length and location of the course will impact the pricing of per diem, etc. Accordingly, could you please advise which course will be taught at which location? Answer: This list is representative of the travel required to present the courses under this contract. The upcoming year?s training schedule for NIMS/ICS specific courses and locations has not yet been finalized and Offerors shall estimate the travel expenses based on the information that was provided in the solicitation and subsequent amendments. 9. Are the teaching materials/books/presentation aids to be included in the cost of the program or are they supplied by the CG? Answer: See answer 6 above. 10. Do you have an expected date for releasing the answers to all contractor questions, as the proposal due date is quickly approaching? Answer: See answer 7 above. 11. Due to the level of details required in response to the answers to the contractor questions and the length of time required to incorporate the changes into our proposal, would you consider an extension to the proposal due date? Answer: Per the Solicitation, Offeror proposals are due no later than 2:00 p.m. on July 19, 2006. The clarifications provided in the Solicitation Amendments, which includes the ceiling prices for travel, will enable Offerors to provide responsive proposals by this time and date for this very critical training services procurement.
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20593-0001
Country: UNITED STATES
 
Record
SN01089233-W 20060716/060714220615 (fbodaily.com)
 
Source
FedBizOpps 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.