Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOLICITATION NOTICE

U -- FAR BOOTCAMP - Required information

Notice Date
12/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
21-17-407POE153
 
Archive Date
12/31/2016
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Ombudsman Statement for Work for Solicitation 21-17-407POE153 JOTFOC for Solicitation 21-17-407POE153 Required information (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 21-17-407POE153 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 (18 Nov 2016). (iv) This procurement is un-restricted. The North American Industry Classification System (NAICS) code is 611710 and the business size standard is $7.0 million. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, FAR BOOTCAMP TRAINGING IAW WITH SOW. 25 PERSONNEL TO BE HELD WEEK OF JAN. 9-13, 2017. Start date: Jan. 9 through Jan. 13, 2017. (vi) Place of Performance is: Coast Guard Surface Forces Logistics Center, Receiving Room- BLDG. 31 (LOWER LEVEL), 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct. 2016). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in SAMS (System for Award Management: www.sam.gov), verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Oct 2014). - The evaluation and award procedures in FAR 13.106 apply. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. This is a commercial item acquisition. Award will be lowest technically acceptable. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2016) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2016). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) b. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (EO 11755) e. 52.222-21 Prohibition of Segregated Facilities (Apr 2015) f. 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246) g. 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). h. 52.222-50 Combating Trafficking in Persons (Mar 2015) i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug. 2011) E.O. 13513) j. 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). l. 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) m. 52.222-42, Statement of Equilent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). p. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUESTIONS ARE DUE BY 4:00 PM EST on WED. DEC.14, 2016. QUOTES ARE DUE BY 4:00 PM EST on FRI. DEC. 16, 2016. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xv) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/21-17-407POE153/listing.html)
 
Place of Performance
Address: 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04349370-W 20161214/161212234439-d9607107b880fe3efb426b47906cadeb (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.