Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
SOLICITATION NOTICE

U -- Oil Spill Control Course

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
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
DTCG23-03-R-PBM026
 
Response Due
9/9/2003
 
Point of Contact
Richard Song, Contract Specialist, Phone 202-2672046, Fax 202-2674019, - Gary Grimes, Contracting Officer, Phone 202-267-2489, Fax 202-267-4019
 
E-Mail Address
rsong@comdt.uscg.mil, ggrimes@comdt.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, 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 Request for Proposal number is DTCG23-03-R-PBM026 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-14. This acquisition is unrestricted. The NAICS is 611699. The small business size standard is $6 Mil Annually. The Government intends to acquire the following Contract Line Item Number (CLIN) under Schedule of Supplies/Services: CLIN 0001, One (1) week of class time for Oil Spill Control Training, Unit Price, Period of Performance for CLIN 0001: One Year from Date of Award; CLIN 0002, One (1) week of class time for Oil Spill Control Training, Unit Price, Period of Performance for CLIN 0002: One Year from End of CLIN 0001’s Period of Performance; CLIN 0003, One (1) week of class time for Oil Spill Control Training, Unit Price, Period of Performance for CLIN 0003: One Year from End of CLIN 0002’s Period of Performance; CLIN 0004, One (1) week of class time for Oil Spill Control Training, Unit Price, Period of Performance for CLIN 0004: One Year from End of CLIN 0003’s Period of Performance; CLIN 0005, One (1) week of class time for Oil Spill Control Training, Unit Price, Period of Performance for CLIN 0005: One Year from End of CLIN 0004’s Period of Performance. The Government contemplates award of a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year ordering period resulting from this solicitation. It is anticipated that up to three (3) one-week oil spill control training courses will be conducted annually. Courses will be ordered by the issuance of individual Task Orders by U.S. Coast Guard Contracting Officers assigned to G-ACS, at the time of course requirement. MINIMUM CAPS QUANTITY – DOLLAR VALUE of this contract is $35,000.00. MAXIMUM CAPS QUANTITY – DOLLAR VALUE of this contract is $700,000.00. The Government intends to acquire the following training support requirement. The requirement is to provide training support services in Oil Spill Control Training. The training shall improve the student’s competencies in managing Spill Response Operations and enhance capabilities in the oil spill control arena. The training will provide an opportunity for the Coast Guard personnel to develop their knowledge and skills to provide effective and efficient Oil Spill Control. The purpose of this training is to obtain contractor training support services to provide oil spill control training for up to fifteen (15) students per class. All classes shall take place Monday Through Friday during normal business hours, 0800-1700 at the contractor’s facilities. This includes all lectures, exercises and other activities associated with this training. Qualified Personnel: The contractor shall provide qualified personnel to perform all requirements and within the specified timeframe. Contractor Furnished Property: Contractor shall furnish all facilities, equipment, materials (handouts, books, etc.), and services necessary to fulfill the requirements of this training and shall provide USCG certification to successful participants upon completion of the course. This includes all professional, technical and support personnel along with any scheduled day-trip, field trip, and local travels, if any. It also includes all necessary audio/visual equipment. The Contractor shall provide a short course evaluation questionnaire to the students at the end of the course. The Contractor shall make all evaluations available for Government review (to COTR) within two weeks after the course completion. COURSE REQUIREMENTS: Topics to be covered include but are not limited to: The Contingency Planning and Response Team Building; Security; Damage Claims and Public Relations; Movement, Containment and Cleanup of Oil; Boom and Skimmer Design; Shoreline Protection, Cleanup and Restoration; Reporting and Documenting Oil Spills; Communication Equipment; Oil Recovery from Soil and Oily Debris Disposal; Oil Spill Contractors and Cooperatives; Containing and Recovering Oil on Surface Water; Absorbents and Chemical Agents; Preventing Oil Spills; and Aerial Surveillance. Place of Performance: The place of performance under this contract shall be at the contractor’s facilities. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (Oct 2000) apply to this acquisition. The following addendum applies: Technical Proposal: Offeror shall submit a technical proposal. The proposal shall provide a plan of action that demonstrates its capability and understanding of the course requirements in addition to any product literature or other documents. Technical proposal’s plan of action shall address each and overall requirements and all items included under COURSE REQUIREMENTS in this solicitation. Past Performance: Offeror shall provide one (1) recent (contract performed within past three (3) years) and relevant past performance information. Proposal Submission: Offeror shall provide at least one (1) original and one (1) copy of the proposal; technical proposal shall be separated (detached) from price and past performance information. Replace FAR 52.212-2 Evaluation – Commercial Items (Jan 1999) with the following: EVALUATION CRITERIA AND THE BASIS FOR AWARD: The Government intends to award a contract resulting from this solicitation to an offeror whose offer most conforming to the solicitation and most advantageous to the Government is determined to be the best value to the Government. Evaluation will be based on price, technical understanding and capability, and past performance. Technical capability and past performance, when combined, are equal to price. The following factors shall be used to evaluate offers: (a) Price: The contractor’s price proposal shall provide a unit price for one (1) week course on a Firm-Fixed Price basis for each CLIN. Price will be evaluated to determine fair and reasonableness. (b) Technical Understanding and Capability: Technical proposals received in response to this solicitation will be evaluated to determine if your firm understands the requirements and is technically capable of performing the requirements with minimal risk to the Government. (c) Relevant Past Performance: Past Performance will be evaluated based upon the past performance information obtained from the sources provided by the Offeror as well as available past performance information in the USCG’s database. Evaluation will be based upon the following: (1) Quality of Service; (2) Timeliness of Performance; and (3) Customer Satisfaction. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (July 2002) with their quote. The following additional clauses apply 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2002), FAR 52.203-5, 52.203-6, 52.204-6, 52.216-18, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-47, 52.225-16, 52.232-33, 52.233-2, 52.247-64 apply to this solicitation. The following Federal Acquisition Regulation clauses and addenda apply: 52.216-19, Order Limitations (Oct 1995): (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than one (1) week course of training in oil spill control in accordance with the Schedule, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of 4 (four) one-week oil spill control training courses in accordance with the Schedule.* (2)Any order for a combination of items in excess of 4 (four) one-week oil spill control training courses in accordance with the Schedule.* (3)A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c)Not Applicable. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 (seven) days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. *It is not anticipated that more than one Oil Spill Control training course will convene at any given time. However, several classes may be ordered under a task order. 52.216-22 Indefinite Quantity (Oct 1995): (a)-(c); (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 5 years 6 months after contract award. There are no FBO numbered notes that apply to this procurement. The Department of Transportation (DOT), Short-term Lending Program (STLP) offers working capital financing in the forms of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. OFFER DUE DATE, TIME & PLACE: Proposals are due 09/09/03 at 3pm, E.T. Proposals shall be mailed to COMMANDANT (G-ACS-2B/RS), U.S. Coast Guard, 2100 2nd Street, SW, Washington D.C. 20593-0001, ATTN Richard Song or faxed to Richard Song at (202) 267-4019 or 4025. Current Point of Contact Richard Song, G-ACS-2B, General Contract Support, Phone 202-267-2046, Fax 202-267-2019, Email Rsong@comdt.uscg.mil - Contracting Officer, Gary Grimes, Phone 202/267/2489, Fax 202-267-4019, Email ggrimes@comdt.uscg.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/GACS/DTCG23-03-R-PBM026/listing.html)
 
Record
SN01492343-F 20080126/080124230524 (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.