Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
DOCUMENT

U -- Commercial Fishing Vessel Safety Training - Solicitation 1

Notice Date
9/2/2008
 
Notice Type
Solicitation 1
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG2308QMMC265
 
Response Due
9/12/2008 12:00:00 PM
 
Point of Contact
Daniel E Olsson,, Phone: 202 475 3745, James Radford,, Phone: 202 475 3254
 
E-Mail Address
daniel.e.olsson@uscg.mil, james.w.radford@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION: 1. SYNOPSIS AND SOLICITATION. This is a combined synopsis/solicitation for commercial items 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 solicitation number is HSCG23-08-Q-MMC265, which is a Request for Proposal (RFP) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS Code is 611699 and the size standard is 7 million dollars. A list of contract line item number(s) and items are attached (see attached Clin Sheet). Minimum requirements: The contractor shall train a minimum of 325 students in various Commercial Fishing Vessel Safety subjects in accordance with the attached Performance Work Statement (PWS), see attached PWS. Request you provide a fully burdened cost per person per class for training in Alaska: $_____. Request you also provide fully burdened cost per person per class for training in the United States: $_____. Please refer to Clin Sheet attached. The Period of Performance for this requirement will be one base year with up to four option years. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition (a) The government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: 1. Technical Approach shall demonstrate a clear understanding of the requirements and yield the required results prescribed in the attached PWS. 2. Relevant Past Performance and 3. Price. Technical Approach and Relevant Past Performance when combined are significantly more important than Price. The basis for award for this contract will be the overall best value based upon your Technical Approach, Relevant Past Performance and Price. With regard to options, the Government will evaluate offers for award proposed by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). This solicitation does not otherwise incorporate other FAR Part 15 rules unless expressly indicated. Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. FAR Part 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Part 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition (see Applicable Provisions and Clauses). Proposals are due on or before 12 September 2008, by 12:00 PM EST. Please limit your proposal to no more than 10 pages. If your offer is being submitted by REGULAR mail, use the follow address: Commandant (CG-9122), U.S. Coast Guard Headquarters, 1900 Half Street, SW, Washington, DC 20024, Suite 1100, attention: Mr. James W. Radford (Contract Specialist). Offerors are encouraged to submit your office electronically to james.w.radford@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. If you have questions regarding this synopsis/solicitation, please contact Mr. James W. Radford at (202) 475-3254 or via e-mail. Award is anticipated prior to 30 September 2008. Attachments: 1. Performance Work Statement (PWS); 2. Contract Line Items; 3. Applicable Provisions and Clauses.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84710035264a940b28b651b84489f6b4&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Performance Work Statement (PWS) (Performance Work Statement.doc)
Link: https://www.fbo.gov//utils/view?id=aa607d401fb959ef1a971ca4bbf966ba
Bytes: 196.00 Kb
 
File Name: Contract Line Items (Contract Line Items.doc)
Link: https://www.fbo.gov//utils/view?id=904b246a7df175737e3037c5e429a74c
Bytes: 68.50 Kb
 
File Name: Applicable Provisions and Clauses (Applicable Provisions and Clauses.doc)
Link: https://www.fbo.gov//utils/view?id=aa819f3b65ab91ef8c59cadcc58387c4
Bytes: 81.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01656703-W 20080904/080902220204-84710035264a940b28b651b84489f6b4 (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.