Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

U -- PURCHASE OF TRAINING

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
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, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-10-Q-PC8157
 
Archive Date
5/21/2010
 
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
(james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subart 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. This solicitation is issued as a Request For Quote number RFQ HSCG44-10-Q-PC8157.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 611710. The SBA size standard in Dollars is $7.0 M. This is Not a Small Business Set-Aside, due to this acquisition being a Sole Source Procurement it is not anticipated that there will be 2 or more qualified Small Business Concerns to provide pricing for this requirement. The USCG Command and Control Engineering Center (C2CEN) Ports. Va. 23703 intends to purchase on a non-competitive basis with AMSEC LLC.. for the purchase of 5 days of Training. See Schedule B below. The Coast Guard does not own nor can they obtain specifications or other technical data for this Training. Request for such will be disregarded. The proposed contract action resulting from this synopsis/solicitation for commercial supplies is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations/proposals. However, all quotations/proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes for future acquisitions. The contractor for this proposed Sole Source contract is: AMSEC LLC. Cage Code: 1LT84 An EPLS/CCR/BINCS Contractor Verification Information search was conducted on APR/27/2010; by the Contracting Officer listed below. This is Considered to be a Sole Source Acquisition. See below attached Justification for Other Than Full and Open Competition. JOTFOC Schedule B- Line Item 1: 1 Each 5 Day Training Session (for up to 20 students)for Cableway Improvement Program(CIP) for NAVSEA for Shipboard Cable Installation and Inspections. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and BEST VALUE to the Government, price and other factors considered. FIRM FIXED Price Proposals/Quotations may be submitted on company letterhead stationary and must include the following information: Cage Code Number/DUNS Number, Cost breakdown, Unit Price, Extended Price, Delivery of Subscription, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is MAY/06/2010 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or E-mailed to the primary POC James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil 2nd POC Ms. Carrie Houck Contracting Officer, USCG Carrie.F.Houck@uscg.mil *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by MAY/06/2010 @ 8:00am EST. The Anticipated Award Date for the Purchase Order Contract is MAY/07/2010, this date is approximate and not exact. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR, Central Contractors Registration The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Overall Best Value to the Government considering,Price, Technical Capability. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) 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 (MAR 2009) 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)(Jul 2006). 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 (APR 2010), 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 (AUG 2009) (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 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) End of Clause The following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; 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. The following Statement/Information is in reference to this Acquisition being considered to be a Sole Source Acquisition based on the following as provided to the Contracting Officer and hereby agreed upon. Justification for Other Than Full and Open Competition. JOTFOC (a) Each justification shall contain sufficient facts and rationale to justify the use of the specific authority cited. As a minimum, each justification shall include the following information: (1) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." USCG Command and Control Engineering Center(C2CEN), Core Technologies, Navigation Sensors Section (CT-N2). Located in Portsmouth Va. (2) Nature and/or description of the action being approved. Type-B certification program for twenty persons on the topic of the installation and inspection of shipboard cable. Training is broken down into classroom sessions and hands-on instruction with both a written and hands-on test at the end. Students who pass the class are certified by AMSEC LLC as cable installation inspectors. Duration of the class is five days and is held at AMSEC LLC training facilities in Virginia Beach, Va. (3) A description of the supplies or services required to meet the agency's needs (including the estimated value). The Type-B Certifications program inspects all electronics installations according to numerous NAVSEA installation requirements, with an emphasis on NAVSEAINST 9304.1C (Shipboard Electrical Cable and Cableway Inspection and Reporting Procedures) and DOD-STD-2003 NAVY EPISM (Electrical Plant Installation Standards Method). The NAVSEA Cableway course is a requirement for Type-B Certification Inspectors, and as such, is an important training tool for the fleet to meet required NAVY and DOD installation standards. Estimated value $7,500.00 for a 5-Day Training for up to 20 Students. (4) An identification of the statutory authority permitting other than full and open competition. IAW FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. 2) When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Since 1996, AMSEC LLC (formerly SAIC AMSEC) has been acknowledged by the U.S. Navy as the sole authorized NAVSEA instructor for training personnel for the installation and inspection of shipboard cables in accordance with NAVSEAINST 9304.1C (Shipboard Electrical Cable and Cableway Inspection and Reporting Procedures), and DOD-STD-2003 NAVY EPISM (Electrical Plant Installation Standards Method). (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. This requirement will be posted to Fed-Biz-Ops with the statement that any offerors that feel that they can meet the requirement may provide quotations/proposals. (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The offered price is the same that the General Public would pay for this same 5-Day Training Session. This Training is available to the General Public as stated by the Contractor AMSEC. (8) A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. A search using the World Wide Web was conducted, and that search confirmed that no other sources are known by the Government to conduct this specialized training. (9) Any other facts supporting the use of other than full and open competition, such as: (i) Explanation of why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. (ii) When 6.302-1 is cited for follow-on acquisitions as described in 6.302-1(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. (iii) When 6.302-2 is cited, data, estimated cost, or other rationale as to the extent and nature of the harm to the Government. This special Training is certified thru the US Naval Sea Systems Command, it would not be feasible or practical for the Navy to certify another Contractor to conduct this specialized training. Ref NAVSEAINST 9304.1C and letter From: the Commander Naval Systems Command, To: Commander in Chief US Atlantic Fleet/Commander in Chief US Pacific Fleet. (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None at this time. (11) A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None at this time. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. (b) Each justification shall include evidence that any supporting data that is the responsibility of technical or requirements personnel (e.g., verifying the Government's minimum needs or schedule requirements or other rationale for other than full and open competition) and which form a basis for the justification have been certified as complete and accurate by the technical or requirements personnel. Contracting Officer (signature); James Lassiter Technical Signature; ETC Robert Williamson
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-Q-PC8157/listing.html)
 
Record
SN02133589-W 20100429/100427235303-8d27e432cc98b95b82517197a2f356d5 (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.