Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

U -- Commercial Truck Driving and Forklift Training - Attachments

Notice Date
12/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
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
HSCG23-10-Q-DBM022
 
Point of Contact
Katherine K West, Phone: 202-475-3241
 
E-Mail Address
katherine.k.west@uscg.mil
(katherine.k.west@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment III - Contract Administration, Provisions and Clauses Attachment II - Contract Line Item Numbers (CLINS) Attachment I - Statement of Work There is no file - FBO w/not upload There are only 3 attachments for this RFQ This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-10-Q-DBM002 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-37. The associated North American Industrial Classification System (NAICS) code for this procurement is 611519 with a small business size standard of $7,000,000. The USCG anticipates awarding a firm fixed price contract for one base year plus four optional periods. Contractor is to provide a two week course (9 business days designated to train Coast Guard personnel in Commercial Truck Driving and one day of Forklift Training) annually at the three USCG national strike force team locations in accordance with the Statement of Work (SOW) (See Attachment I). The Government will provide the vehicles and training facilities and the Contractor shall provide instructors, aids, and training materials. Students will obtain their Commercial Driver's License (CDL) learner's permit prior to class commencement and training shall conclude with the students in each strike team location obtaining a Commercial Class A license. Course and Strike Team Locations are Atlantic Strike Team in Fort Dix, New Jersey; Gulf Strike Team in Mobile, Alabama; Pacific Strike Team in Novato, California. Course dates will be scheduled after contract award and after each option year exercise. Course Information: Three (3) courses per year, Class Duration: ten (10) business days, CDL and Forklift Class Size: Four (4) students. Contract line items and option years for this requirement are listed in Attachment II. The provisions 52.212-1, Instructions to Offerors - Commercial, and 52.212-2, Evaluation - Commercial Items apply to this acquisition. FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation will be based on technical capability, key personnel, past performance and price. Technical capability, key personnel and past performance, when combined, are more important than price. The following factors shall be used to evaluate offers: Factor 1: Technical Capability - The Coast Guard will evaluate the overall quality, reasonableness and soundness of the contractor's technical approach as it relates to understanding and satisfying the Government's requirement. Therefore, Contractors shall present their proposed technical capability that at a minimum addresses: 1) Your technical approach to satisfying the SOW requirements including the proposed course outline, daily lesson plans, course objectives, and your demonstration that the proposed course meets the USCG requirements. 2) Your corporate experience so that the USCG can assess whether contractors have performed similar work before in performing contracts/orders of comparable size and complexity to those described in this RFQ. Factor 2. Key Personnel: The Coast Guard will evaluate the extent to which key personnel resumes reflect the education and experience required by the SOW to successfully perform on this contract. Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum, meet the experience, educational, or other background requirements, and shall be fully capable of performing in an efficient, reliable, and professional manner. The USCG will review resumes of the Contractor's personnel proposed to be assigned, and if personnel are not currently in the employ of the Contractor, a written agreement from the potential employee to work shall be part of the quotation. Resume entries shall detail specific skills and include separate entries for each position in which those skills were performed. Factor 3. Relevant Past Performance: The Coast Guard will evaluate the relevant past performance on projects of comparable scope and complexity. Therefore, Contractors shall provide recent past performance information for services directly related and relevant to the services to be performed under the Statement of Work. Past Performance describes how well you performed the work on other requirements. Relevant is defined as work that is pertinent to the Statement of Work and is of the same quality of service, timeliness or scheduling and similar business relations. To be considered recent, the services must have been performed within the past three years. Contractors shall include three references consisting of : (1) the contract number; (2) the agency or company for which the work was performed; (3) a summary of the work product(s) and similarities with the requirements of this RFQ; and (4) the name of the contracting and technical person(s) to be contacted with their address, telephone, email address and facsimile numbers. If there is no past performance information, please provide the following statement in your quote "No Past Performance information available". The USCG reserves the right to utilize past performance information other than the information submitted with the quotations received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. Factor 4: Price: (a) Contractor's price quotation shall provide a unit price for one (1) two-week Commercial Trucking Driving and Forklift Course on a Firm-Fixed Price basis for each CLIN on Attachment II. Price will be evaluated to determine fair and reasonableness. The Government will evaluate quotations and may award a contract without discussions with offerors. Therefore, the offeror's initial quotations should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The Government may award to other than the lowest priced offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) A completed copy of the provision, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) should be included with the offer. Offerors are required to submit on-line Reps & Certs (see https://orca.bpn.gov/). The clause 52.212-4, Contract Terms and Conditions -Commercial Items applies to this acquisition and is included by reference. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial, apply to this acquisition. Offerors are encouraged to submit your quote via email, to the following address: katherine.k.west@uscg.mil. If not emailed, quotations may be mailed to: Commandant, U.S. Coast Guard Headquarters (CG-9121/KW), 2100 2ND ST SW STOP 7112, Washington, DC 20593. No facsimile offers will be accepted. Your quotation excluding 52.212-3 Offeror Representations and Certifications-Commercial Items shall be limited to 30 pages with page numbers in sequential order. All questions shall be submitted by email to katherine.k.west@uscg.mil no later than 10AM eastern time on the due date of December 28, 2009. Offerors are encouraged to use email for all questions and correspondence related to this solicitation. It is each offeror's responsibility to ensure the quotation (in total) is received no later than 10AM eastern time on the due date of January 7, 2010. Offerors are hereby notified that quotations not received by the date, time, and location specified in this announcement will not be considered. ATTACHMENTS: Attachment I-Statement of Work Attachment II-Contract Line Item Numbers (CLINS) Attachment III-Contract Administration, Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-Q-DBM022/listing.html)
 
Place of Performance
Address: USCG, Office of Contract Support, 2100 2nd St, SW, Stop 7112, Washington, DC 20593, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02026249-W 20091219/091217234711-4ece1124f6a7c38e922289432e521dec (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.