Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2006 FBO #1616
SOLICITATION NOTICE

U -- Cross Cultural Competency Seminar

Notice Date
4/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fs), U.S. Coast Guard Training Center, Thayer Hall, Room 211, Yorktown, VA, 23690-5000
 
ZIP Code
23690-5000
 
Solicitation Number
HSCG41-06-QW8071
 
Response Due
5/5/2006
 
Archive Date
5/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. Solicitation Number: HSCG41-06-Q-QW8071 is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code is 541990. The Government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP) FAR Part 13 The Coast Guard has a requirement to hold a Cross Cultural Competency Seminar located at the U.S. Coast Guard Training Center Yorktown, Virginia. Contractors shall address all requirements in accordance with the attached Statement of Work (SOW). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) mandatory requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The following FAR Provisions and clauses apply to this solicitation and are included by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. The full text of the FAR can be accessed on the Internet at the following website: http://www.arnet.gov/far/. The following HSAR Clauses are included by Reference: 3052.222-70 Qualifications of Contractor Employees, 3052.242.71 Dissemination of Contract Information, 3052.242-72 Contracting Officer?s Technical Representative. The full text of the HSAR Clauses may be accessed at http:/www.dhs.gov. Offerors responding to this announcement must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The government will award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered based on the following evaluation criteria: (1) Instructor Experience, Education, and Past Performance; (2) Corporate Experience and Past Performance (to include project manager?s experience, education, and past performance); (3) Training Plan. All technical factors will be rated using an adjectival approach as follows: Excellent, Good, Satisfactory, and Unsatisfactory. An unsatisfactory proposal will not be considered for award. Excellent ? meets contractual requirements and significantly exceeds contract requirements to the government?s benefit; Good ? meets contractual requirements and exceeds some of the requirements to the government?s benefit; Satisfactory ? meets contractual requirements; and Unsatisfactory ? does not meet contractual requirements, and is not in the best interests of the government. The government reserves the right to evaluate technical compliance/conformation with the specifications as indicated and make a best value decision. This could result in award to other than the lowest price offered. All responsible sources may submit an offer, which will be considered by the agency. All written proposals along with the above required completed clauses/provisions must be submitted and received at this office on or before 2:00 PM, Friday, May 5, 2006. Quotations may be e-mailed to Andrew.L.Davis2@uscg.mil, or faxed to (757) 856-2126, Attn: SKC A. L. Davis. Written quotations may also be sent to the following address: Contracting Officer (fs), U.S. Coast Guard Training Center, End of State Road 238, Yorktown, VA. 23690-5000. Please direct all questions regarding this procurement to SKC A. L. Davis, 757-856-2187. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened. Any amendments issued to the solicitation will be posted on this website. Prospective bidders are responsible for checking the website for amendments up to the date and time of due date for receipt of bids, and ensuring each amendment is properly acknowledged and included in their proposal.The technical data package (specifications, scope of work) will only be available on PDF format by Electronic email at Andrew.L.Davis2@uscg.mil
 
Place of Performance
Address: End of State Route 238, Yorktown, VA 23690
Zip Code: 23690
Country: USA
 
Record
SN01037227-W 20060430/060428220417 (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.