Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOLICITATION NOTICE

U -- BUSINESS ENG & TRNG SERVICES

Notice Date
10/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-08-R-THA009OM
 
Archive Date
10/29/2008
 
Point of Contact
James A Lassiter,, Phone: (757)686-2149, Carrie J. Houck,,
 
E-Mail Address
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
NOTE: Due to Pending Approval of the Government Budget, this RFP is being posted IAW FAR Subpart 52.232-18 Availability of Funds (see full text below) This is a Combined Synopsis/Solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request For Proposal (RFP) number HSCG44-08- R-THA009OM is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The US Coast Guard Command and Control Engineering Center (C2CEN) intends to award a Firm Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures for the purchase of Business Process Eng. And Training Services at outlines below in the attached Statement of Work. This IS NOT A SMALL BUSINESS SET-ASIDE. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 611430 and the small business size standard is $6.5 M. All responsible sources may submit an offer which shall be considered by this agency. Anticipated award date is Oct/15/2008. This date is approximate and not exact. RFP# HSCG44-08-R-THA009OM Issue date Oct/01/2008 Response date Oct/14/2008 @ 8:00am EST (A)RFP Request For Proposal: The USCG C2CEN has a requirement for the awarded Contractor to provide Business Process Engineering Services and Training to C2CEN personnel. These services are to be provided as described in the attached Statement of Work (SOW). Attachments: Statement of Work- Bus Process Eng. And Trng for C2CEN FY09 (B) Period of Performance: (POP)of this Training Service Contract is 1 Year from Award Date. The awarded Line Items 1 & 3 only has Required Specific Delivery Dates. (C) Schedule of Services: The offeror is to provide Firm Fixed Prices in reference to the Schedule of Services Required and the SOW. Note: The Base Award of this Contract is for Line Items 1 and 3 and 7. Line Items 2, 4, 5 and 6 if required will be incorporated into this Contract by exercising an Option To Extend Services. Provide Firm Fixed Pricing for ALL Line Items below, and a detailed Training Package that covers the Subject Matter as described in the SOW. The length of Sessions is an estimate based on past training efforts. The offeror is to provide his or her own Length of Sessions in there proposal. Line Item 1: Two ½ Day sessions of, Business Process Engineering Services as described in Performance Requirement Task 1 of the SOW. Required Dates for these ½ Day sessions are as follows: Oct/27/2008 & Oct/31/2008. Total Proposed Price for Line Item 1: $ _____________ Line Item 2: 12 1 day sessions of Business Process Engineering Services as described in Performance Requirement Task 1 of the SOW. Required dates are know at this time. OPTIONAL ITEM Proposed Price per Day or Session: $_____________ Line Item 3: is for 4 Days of Training services that Consist of: One each ½ Day session of Develop Training Designs as described in Performance Requirement Task 2-A of the SOW, required date for this sessions is Oct/27/2008. Two each 1 Day sessions of Training Project Management Process (PMP) as described in Performance Requirement Task 2-B of the SOW, required dates for these sessions are Oct/28/2008 and Oct/29/2008. One each 1 1/2 Day session of Training Project Management Process (PMP) as described in Performance Requirement Task 2-C of the SOW, the required dates for this session is Oct/30 & 31/ 2008. Total Proposed Price for Line Item 3: $______________ Line Item 4: One each 3 Day session of Training Project Management Process as described in Performance Requirement Task 2-D of the SOW. The required dates are not know at this time. OPTIONAL ITEM Proposed Price for Line Item 4: $__________ Line Item 5: Up To Seven days of Training Services as described in Performance Requirement Task 2-A thru Task 2-D. The required dates are not know at this time. OPTIONAL ITEM Proposed Price per day: $_________________ Note: Any requirement under this Line Item 5 will entail a full day of training, if ½ day training is required it will be added to another ½ day training as to make 1 full day for planning/traveling and logistical purposes. Line Item 6: Business Process Engineering and or Training Services. These Hours are to be used as described in Performance Requirement Task 3 of the SOW. These hours may be used by the Contractor during the POP of this contract, only if given prior approval to do so. OPTIONAL ITEM Proposed Number of Hours that may be required for the entire POP______ Or Hours per Task/Session _______ Proposed Price Per Hour $_________ Line Item 7: Travel Expenses to include Airfare, Meals, Lodging, and Rental Car expenses. Proposed Total Travel cost for the Base Award of Line Item 1 and Line Item 3 Only. Not any Optional Items. This includes Airfare/Per Diem/Rental Car. (See D 2 below) $__________________ (D) Invoicing: All Invoices are to be sent directly to the USCG Contracting Officer for approval, when approved the Contracting Officer will forward those Invoices to CG Fincen for prompt payment. The Contractor is not authorized to Invoice directly to USCG Fincen. (1) Line Item 6 Labor Hours: The Contractor is required to request and receive prior approval of the Labor Hours associated with Line Item 6 prior to those Hours being expended and invoiced for. This request is to be made through the COTR; the COTR will discuss this with the USCG Contracting Officer prior to approval given to the Contractor to use those Labor Hours. The Contracting Officer will make approval for these Hours. The Contractor will not be paid for any unapproved Hours. (2) Travel Reimbursements: All Contractor Travel and Invoicing for that Travel shall be IAW the JFTR (Joint Federal Travel Regulations). The JFTR is available on the World Wide Web for viewing and printing in Adobe Format. The Government will reimburse the Contractor on the basis of actual cost as stated IAW FAR 52.212-4 Alt-1. (2)(a) IAW JFTR Part B Per Diem Allowance, The Per Diem rate is determined based on the Location. As of Sept/30/2008 the Max Per Diem for Portsmouth Va. is $155.00 per day, this includes Lodging, Meals and Incidentals. The Contractor shall not be paid more than the Max Per Diem unless authorized by the USCG Contracting Officer. The Contractor is authorized the Max Per Diem Per Day amount and is not required to show receipts for that Per Diem Per Day. (2)(b) IAW JFTR Part F: Travel Claims and Receipts, U2510 Receipt Requirements. Receipts are required for Any Expenditures of $75.00 or more. (The Contractor is not required to show receipts for Per Diem as stated above) Any other expenditure in excess of $75.00 are required to be accompanied by a Receipt, e.g. Airfare/Rental Car. (2)(c)IAW JFTR Part B U3100 A. It is the Governments policy that Economy Class(less than First/Business Class) is to be used for passenger transportation modes. The Contractor will only be reimbursing for Travel Airfare that is based on Economy Class unless approved in advance by the USCG Contracting Officer. (E) Options: If a requirement exists for services beyond the Base Award the USCG C2CEN will exercise the Option for the Services of Line Items 2,4,5 and 6. These Line Items will not to be funded for the Base Award of this Contract. If any of the Line Items 2,4, and 5 are exercised, Line Item 7 Travel shall receive additional funding beyond Base Award amount to cover those Travel expenses. The Contractor will be notified 30 days prior to exercising an Option. The Contractor will be notified of required dates that services are to take place. At that time the Contractor will be requested to provide a Cost Proposal for Travel Expenses for those Dates, this proposal is to be provided to the Contracting Officer. If Options are exercised, the USCG C2CEN will make very effort to plan dates that are close together for Planning/Traveling and Logistical purposes, as to benefit the Contractor and the Federal Government. (E)(a) Provisions/Clauses: 52.217-5 Evaluation of Options, the Firm Fixed Prices given by the Offeror of the Optional Line Items 2,4,5 and 6 shall be evaluated for award purposes. 52.217-8 Option to Extend Services, the Contractor will be given 30 days written notice to exercise the Option to incorporate the use of Line Items 2, 4 and 5. If the optional services of Line Item 6 are required, the Contractor shall be given 1-2 business days notice by the COTR prior to sending documents for review. *NOTE: The USCG CCEN is not required or bound to exercise any Options that are listed above in this RFP in the awarded contract. This Contract shall be awarded for the Base Award Items only, Line Items 1, 3 and Line Item 7(Travel Expenses associated with Line Items 1 and 3) (F) Points of Contact: Any question in reference to this RFP may be addressed directly to Primary POC: James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil (757)686-2149 Alt POC: Carrie Houck, Chief of Contracting/Contracting Officer Carrie.F.Houck@uscg.mil (757)686-4215 Statement of Work(SOW) CONTRACTOR PROVIDED BUSINESS PROCESS ENGINEERING AND PROJECT MANAGEMENT TRAINING SERVICES FOR THE USCG COMMAND AND CONTROL ENGINEERING CENTER (C2CEN) for FY 2009 STATEMENT OF WORK(SOW) SCOPE: This SOW defines contracted business process engineering and project management training services that C2CEN will require for FY 2009 to institutionalize our System Life Cycle Management Plan (SLCMP). BACKGROUND: C2CEN’s System Life Cycle Management Plan (SLCMP) Implementation Team was chartered to address the following major objective in C2CEN’s 2008-2009 Strategic Action Plan. Objective: Establish (CY08) and then institutionalize (CY09) a standard business process to build integrated C2 products and deliver services that meet sponsor requirements on time, within budget, and in a repeatable fashion. •Document the System Life Cycle Management Plan (SLCMP) and ensure alignment with COMDT policies including CG-6’s System Development and Life Cycle Plan (SDLC). •Ensure that every C2CEN employee understands, has access, and follows all engineering development doctrine and processes. •Each C2CEN branch and person understands their role/responsibility. •Standardized project and budget execution aligned with SDLC. •Align with other Centers of Excellence (COE) engineering development and support processes. Our level of success on this objective will impact our ability to plan and take on additional work, respond to the Coast Guard’s Logistics Transformation, and establish C2CEN as the integrator for all command and control systems in the Coast Guard. SCOPE OF PERFORMANCE: The contractor will provide business process engineering and project management training services to ensure successful implementation of C2CEN’s newly developed project roles and responsibilities, Project Management Process (PMP), and System Life Cycle Management Plan (SLCMP) Implementation Tools. CONTRACTOR PERSONNEL: The contractor performing these services shall be a citizen or legal resident of the United States and a trainer/consultant with the following qualifications, skills, and/or experience. •Licensed Engineer with knowledge of Systems Life Cycle Management in private industry, government, and the military, especially the Coast Guard C4IT community. •Experienced Project Manager with knowledge and ability to train Organizational Systems, implementing Organizational and Individual Change, Project Team Leadership and Effective Communications, C2CEN Project Management Process (PMP), and System Life Cycle Management Plan (SLCMP) implementation tools. •Analyze, identify problems, provide solutions, recommend implementation strategies, and evaluate C2CEN Project Management Processes (PMP) and System Life Cycle Management Plan (SLCMP) Implementation. •Excellent interpersonal skills and knowledge of C2CEN’s organization. PERIOD OF PERFORMANCE: The period of performance for this work statement is one (1) year from the date of award. With specific date requirements for awarded Line Items. PLACE OF PERFORMANCE: • All Business Process Eng. Services & Training will be performed at the U.S. Coast Guard Command and Control Engineering Center, 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199. GOVERNMENT FURNISHED PROPERTY: The Government will provide the workspace, equipment, and supplies necessary to perform the services unless specifically stated otherwise. The contractor shall use the Government furnished property only for the performance of work under the work statement. PERFORMANCE REQUIREMENTS: The following is a list of required task/services. Task 1 Business Process Engineering Services: Estimated 13 days for FY 2009. These services will be performed at the Command and Control Engineering Center. The Initial Base Award requirement is 1.0 day:.5 day required on October 27 and.5 day on October 31, 2008. The remaining 12 days will be exercised as an option between November 1, 2008 and September 30. 2009 by the USCG Contracting Officer. The contractor will: •Review draft and final versions of C2CEN Project Management Process (PMP) documents that have been developed by the SLCMP Implementation Team and provide feedback and recommended changes as required. •Review and evaluate integration of Product Line Manager, Core Technology Manager, Branch/Section Chief, Product Leader, System’s Engineer, and Project Manager Roles in C2CEN Project Management Process (PMP). •Review and evaluate Project Management Process (PMP) implementation progress to date, recommend redirection as required, and provide guidance for development and next steps. •Examine System Life Cycle Management Planning Tools and provide recommendation for improvement. •Recommend strategies to senior and middle management on organizational change to successfully and effectively implement C2CEN’s Project Management Process (PMP). Task 2 Training Services: Estimate 14 training days for FY 2009. These services will be performed at the Command and Control Engineering Center. The Initial Base Award requirement is 4.0 days:.5 day of training design on Oct/27 and 3.5 days of training delivery on Oct/28-31, 2008. The remaining 10 days will be exercised as an option between November 1, 2008 and September 30, 2009 by the USCG Contracting Officer. The contractor will: •2A-Develop customized training designs for Branch/Section Chiefs, Product Leaders, System Engineers, and Project Managers that integrate elements of Transforming Leadership, Project Management, and Effective Communications courses with C2CEN's Project Management Process (PMP) and SLCMP Implementation Tools.(Estimated.5 Day Course) •2B-Train current C2CEN Branch/Section Chiefs Product Leaders, and System Engineers, a “Customized Course" that integrates the elements of Transforming Leadership and Project Management with C2CEN's Project Management Process (PMP), SLCMP Implementation Tools, and newly developed project roles and responsibilities. (Estimated 1 Day Course) •2C-Train current C2CEN Project Managers a “Customized Course" that integrates the elements of Transforming Leadership and Project Management with C2CEN's Project Management Process (PMP), SLCMP Implementation Tools, and newly developed project roles and responsibilities. (Estimated 1 ½ Day Course) •2D-Train newly assigned C2CEN Branch/Section Chiefs, Product Leaders, System Engineers, and Project Managers a “Customized Course" that integrates the elements of Transforming Leadership and Project Management with C2CEN's Project Management Process (PMP), SLCMP Implementation Tools, and newly developed project roles and responsibilities. (Estimated 3 Day Course) Task 3 The Government anticipates there may be a potential need to have the Contractor Accomplish the Following Task associated in support of the Task 1 and 2 listed above.. There is no initial requirement for this service. It will be exercised as an option between November 1, 2008 and September 30, 2009 by the USCG Contracting Officer. The COTR will initiate the need for any efforts of this Task 3 that may be needed. The contractor will request number of hours for that effort required, and must receive approval for those hours before expending those hours. This may include the following Task: •Review draft and final versions of C2CEN Project Management Process (PMP) documents that have been developed by the SLCMP Implementation Team and provide feedback and recommended changes as required. •Examine System Life Cycle Management Planning Tools and provide recommendation for improvement. •Develop and/or review customized training designs for Branch/Section Chiefs, Product Leaders, System Engineers, and Project Managers that integrate elements of Transforming Leadership, Project Management, and Effective Communications courses with C2CEN's Project Management Process (PMP) and SLCMP Implementation Tools and provide feedback and recommended changes Task 4 Travel. The contractor will be required to travel to C2CEN Ports. VA. to provide the sessions associated with Task 1 and 2. EVALUATION: 1.Task 1 Business Process Engineering Services: COTR will: •Solicit feedback from senior and middle managers, System Life Cycle Management Planning Team members, and Technical Assistant to measure completeness and applicability of guidance and recommendations for improvements. •Examine documents that are developed by System Life Cycle Management Implementation Team members in conjunction with the contractor services to ensure applicability and value to C2CEN’s Project Management Process (PMP) and System Life Cycle Management Plan 2.Task 2 Training Services: •COTR or Technical Assistant will approve customized training designs for delivery. •COTR or Technical Assistant will review “participate workbooks” developed for each customized training course. •COTR, Technical Assistant, or Division Officer will observe customized courses the “first” time they are delivered to C2CEN personnel. •Contractor will provide student surveys that will evaluate the training provided and confidence to apply at C2CEN. All student responses will be provided to the COTR, SLCMP Implementation Team members, and C2CEN Senior Leadership Team. 3.In association with Task 3, the COTR will: •Examine documents that are sent from contractor for review for timely response, completeness of feedback, and recommended improvements. Full Text of: 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Overall Value to the Government considering price, delivery, and past performance, and quality of a proposed Training Package as to meet the requirements of the SOW. 52.217-5 Evaluation of Options, the Firm Fixed Prices given by the Offeror of the Optional Line Items 2,4,5 and 6 shall be evaluated for award purposes. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2008) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions –Commercial Items (FEB 2007) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(Oct 2003). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer – CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil End of Clause FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders –Commercial Items (MAY 2008), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.222-50 Combat Trafficking in Persons(AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT2003)(31 U.S.C. 3332) End of Clause HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). HSAR 3052.242-72 Contracting Officers Technical Representative, COTR, (DEC 2003) *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by Oct/14/2008 @ 8:00AM EST. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7bb3f0cc73d6d628bb1997e629705ac3&tab=core&_cview=1)
 
Record
SN01686908-W 20081003/081001222916-7bb3f0cc73d6d628bb1997e629705ac3 (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.