Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

U -- USCG INFORMATION TECHNOLOGY LEADERSHIP TRAINING

Notice Date
8/25/2008
 
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 (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-08-P-TCI004
 
Archive Date
9/18/2008
 
Point of Contact
Thomas D Rush,, Phone: (202)372-4068
 
E-Mail Address
thomas.d.rush@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure Contractor Services for Training ; Information Technology Service Center leadership and unit personnel. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is set aside for small business concerns. SCOPE: STATEMENT OF WORK EXAMPLE DESCRIPTION/SPECIFICATION/WORK STATEMENT FOR ENTER TASK HERE PART I SECTION A Work Statement In the performance of this contract, the contractor shall provide the services of training for Information Technology Service Center leadership and unit personnel. The training should include all material and a contractor provided suitable learning environment. All below identified training should be provided or made available numerous times throughout the next year, in such a way that it can be attended by various C4IT team members at different dates and locations as our member’s time permits. The training provider should have a list of available dates and locations where the training is being conducted so that members can schedule and attend when and where they desire. The training should be focused on Information Technology Service Center Operations. The desired training should be aligned with the training description listed below, but should not exclude the members from attended other technology service related training the contractor may offer. We would like 36 to 40 seats of training within the listed focus areas. The contact person for this contract is LT Richard Vincent. Work Phone (202) 475-3577 Mobile Phone (202) 281-6930 e-mail Richard.E.Vincent@uscg.mil Scope of Services The contractor shall furnish trained, qualified personnel and any required special tools or equipment necessary such as books, computer access, and visual aids required to complete the below listed training. Contractor Performance Requirements 1)Services shall be available on a full time basis as follows: Monday through Friday excluding holidays. 2)ITIL Foundation Certification - The IT Infrastructure Library (ITIL) v3 which is the current version of the most widely adopted best practice framework for IT management. The training should provide content directed toward achieving the “ITIL Foundation Certification” which is focused on improving the maturity of an IT organization. 3)Service Manager Certificate – Which should provide the new ITIL v3 content and introduce the Service Lifecycle, which forms the core of ITIL v3. 4)Service Operations Training – Training to improve an IT departments ability to successfully implement ITIL v3 Service Operation best practices. 5)Service Transition - Should cover successful implementation of ITIL Service Transition best practices and enable IT departments to develop capabilities for transitioning new and changed services into operations and gain the skills required to take the ITIL Intermediate Qualification: Service Transition Certification Exam. Contractor Performance Requirements (1)Training services in each of the above listed categories shall be made available at least one time each month at various contractor provided dates and times at various contractor provided geographical locations for a one year period starting on or about October 1, 2008. (2) During the performance of this contact, the contractor, in addition to other terms and conditions, of this contract, is responsible for the following elements/areas: (c) Assigning employees to work under this contact who are: (1). Trained, qualified personnel regularly engaged in work of a nature of a nature similar to that described in this contract. (2). Physically able to perform the assigned work. (3). Free from any communicable disease, competent, physically fit, careful and cooperative. (4) Obtaining at this own expenses all permits and licenses required by law in connection with the performance of this contract. (5) Assuming the overall responsibility for compliance with direction for moves, and all provisions of this contact. PART I SECTION B CONTRACT ADMINISTRATION DATE B.1 Authorized Ordering Officers HSC Personnel from the Comptroller Office are hereby authorized to place verbal and written work tickets as outlined in the scope of work of this contract. B.2 Contracting Officer Technical Representative (COTR) The COTR is identified below. The representative will insure that the government’s technical objectives are met. To this end, the COTR will provide necessary information, direction, coordination, etc., within the contractual work description. The COTR is not authorized to change any of the terms and conditions of this contract. Changes in the scope of work will be made by the CO only by properly written modifications to the contract. The contact person for this contract is LT Richard Vincent. Work Phone (202) 475-3577 Mobile Phone (202) 281-6930 e-mail Richard.E.Vincent@uscg.mil B.3 Submission of Invoices The contractor shall be required to submit an original and two copies of invoices to the following address: United States Coast Guard Commercial Invoices Finance Center, P.O. Box 4115 Chesapeake, VA 23327-4115 For vendor payment inquires: (757) 523-6040 The following date must be included when submitting an invoice: (1) Name of business concern and invoice date. (2) Contract number, or other authorization for delivery of property or services. (3) Payment terms. (4) Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (5) Tax identification number, if the contractor is an individual proprietorship or a partnership. (6) Billing period. Insert the beginning and ending dates (month, day, and year) of period in which costs were incurred and for which reimbursement is claimed. If there is any overlap with a previous billing period, explain. B.4 Contract Administration The progress of the resultant contract shall be closely monitored by telephone calls, informal meetings, formal reviews, and information audits as may be required. The Contract Administrator (CA) for other than technical advice shall be the Contract Specialist (CS) designated by the CO. PART I SECTION C SPECIAL CONTRACT REQUIREMENTS C.1 Access to Government Property (on site contractors) Access to Government Property will NOT be required to execute this SOW. C.2 Permits and Licenses In the performance of work hereunder and with the price herein, the contractor shall obtain and maintain in effect all necessary permits and licenses required by Federal, State, or local government, or subdivisions thereof, or of any other duly constituted public authority. Further the contactor shall obey and abide by all applicable laws and ordinance. C.3 Indemnification The contractor shall hold harmless and indemnify the government against any and all claims and costs of any kind and nature, for any loss or damage occurring in connection with the contractor’s acts or omissions incident to its performance under this contract. This indemnification includes the acts or omissions of the contractor, any subcontractor or any employee, agent, or representative of the contractor or subcontractor. C.4 On-Site Contractor Performance Access to Government Property will NOT be required to execute this SOW. During all operations on government premises, the contractor personnel shall comply with the rules, regulations and procedures governing the conduct of personnel and the operation of the facility, as expressed in DHS, US Coast Guard written and/or oral procedures. These procedures shall be furnished to the contractor within five (5) days after contract award. C.5 Observance of Legal Holidays and Administrative Leave The government hereby provides NOTICE and contractor hereby acknowledges RECEIPT that government personnel observe the listed days as holidays, and subsequently the moving personnel will be compensated for the holiday as follows: New Year’s Day Martin Luther King’s Birthday Washington’s Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran’s Day Thanksgiving Day Christmas In addition to the days designated as holidays, the government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President’s Proclamation It is understood and agreed between the government and the contractor that observance of such days by government personnel shall not be a reason for an additional period of performance, or entitlement of compensation except as set forth within the contract. In the event the contractor’s personnel work during the holiday, this provision does not preclude reimbursement for authorized overtime work if applicable to this contract. When DHS grants administrative leave to its employees, assigned contractor personnel shall also be dismissed. The contractor agrees to continue to provide sufficient personnel to perform critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the CO or the COTR. In each instance when administrative leave is granted to contractor personnel as a result of inclement weather, potentially hazardous conditions, explosions and other special circumstances, etc., it will be without contract price reduction. C.6 Safety and Health In order to provide safety controls for protection to the life and health of contractor personnel; for prevention of damage to property, materials, supplies and equipment, and for the avoidance of work interruptions in the performance of the contract, the contractor shall comply with the safety, health and fire protection policies and procedures as may be provided. The contractor shall maintain an accurate record, and shall report to the CO all incidents and accidents resulting in death, traumatic injury, and/or damage to property, materials, supplies and equipment incident to work performance under this contract. The contractor shall take or cause to be taken such additional safety measures as the CO may determine to be reasonably necessary. The CO or the COTR will notify the contractor of any noncompliance with the provisions of this section and corrective action to be taken. The contractor shall, after receipt of such notice, immediately take such corrective action. Such notice delivered to the contractor or COTR at the site of work shall be deemed sufficient for this purpose. If the contractor fails or refuses to comply promptly, the COTR may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop work order shall be subject of claim or extension of time for costs or damages by the contractor. Compliance with the provisions of this action by subcontractors will be the responsibility of the contractor. C.7 Identification of Employees Access to Government Property will NOT be required to execute this SOW. During the life of this contract, the rights of ingress and egress for contractor personnel shall be made available as required. In this regard, all contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the government. The COTR will assist the contractor in obtaining the badges for contractor personnel. It is the sole responsibility of the contractor to insure that each employee has proper identification at all times. All prescribed identification shall immediately be delivered to the security office for cancellation or disposition upon the termination of employment of any contractor personnel. Contract personnel must have this identification in their possession during on-site performance under this contract. WORKMEN COMPENSATION: As required by law at the job site Qualifications of Employees The CO may require dismissal from work of those employees which he/she deems incompetent, careless, insubordinate, unsuitable or otherwise objectionable, or whose continued employment he/she deems contrary to the public interest or inconsistent with the best interest of national security. The contractor shall fill out, and cause each of its employees in the contract work to fill out, for submission to the government, such forms as may be necessary for security or other reasons. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 11:00 AM, ET, SEPTEMBER 03, 2008. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) History (current or within the last 18 months) of projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price “broken out by labor hours, labor category, materials, and other direct costs”. Offerors must submit an original and one copy of the proposal to PO Thomas Rush, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Thomas.D.Rush@uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: AWARD BASED ON LOWEST COST TECHNICALLY ACCEPTABLE. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. QUESTIONS about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 10:00 (AM) ET, AUGUST 29, 2008. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=845eae436b70cf28fec1cde48809b80c&tab=core&_cview=1)
 
Place of Performance
Address: USCG HEADQUARTERS (GCIS), 2100 2ND STREET S.W., WASHINGTON, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN01650117-W 20080827/080825221841-845eae436b70cf28fec1cde48809b80c (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.