SOLICITATION NOTICE
U -- Education & Training Services
- Notice Date
- 1/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-40601
- Response Due
- 1/13/2009
- Archive Date
- 1/28/2009
- Point of Contact
- Ronald Almond,, Phone: 410-762-6451, Joseph B Neil,, Phone: 410-762-6486
- E-Mail Address
-
ronald.almond@uscg.mil, joseph.b.neil@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- (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 HSCG40-09-Q-40601 applies, and is issued as a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28, effective 12 Dec 2008. (iv) The North American Industry Classification System (NAICS) code is 611210. (v) The USCG Engineering Logistics Center has a requirement for the following academic courses that emphasize the USCG Yard Trades Training Program. The following Contract Line Item Number(s) (CLIN) shall apply: CLIN 0001: TO INCLUDE THE FOLLOWING COURSES OR AN EQUAL AND REQUIRED STUDENT AND BOOK FEES: INTRODUCTION TO LEAN PRINCIPLES – 3 CREDITS PRINCIPLES OF PROJECT MANAGEMENT I - 3 CREDITS 20 STUDENTS PER CLASS. PERIOD OF PERFORMANCE: JAN 2009 THRU JUN 2009. CLIN 0002: TO INCLUDE THE FOLLOWING COURSES OR AN EQUAL AND REQUIRED STUDENT AND BOOK FEES: INTERMEDIATE ALGEBRA - 0 CREDITS (NON CREDIT COURSE) COLLEGE COMPOSITION I - 3 CREDITS INTRODUCTION TO COMPUTERS - 3 CREDITS 19 STUDENTS PER CLASS. PERIOD OF PERFORMANCE: JAN 2009 THRU JUN 2009. CLIN 0003: TO INCLUDE THE FOLLOWING COURSES OR AN EQUAL AND THE REQUIRED STUDENT AND BOOK FEES: APPLIED ALGEBRA AND TRIGONOMETRY - 3 CREDITS TECHNICAL WRITING - 3 CREDITS COMPREHENSIVE SPREADSHEETS - 3 CREDITS 19 STUDENTS PER CLASS. PERIOD OF PERFORMANCE: AUG 2009 THRU DEC 2009. CLIN 0004: TO INCLUDE THE FOLLOWING COURSES OR AN EQUAL AND THE REQUIRED STUDENT AND BOOK FEES: FUNDAMENTALS OF SPEECH COMMUNICATIONS - 3 CREDITS PRINCIPLES OF MANAGEMENT - 3 CREDITS 19 STUDENTS PER CLASS. PERIOD OF PERFORMANCE: JAN 2010 THRU JUN 2010. CLIN 0005: TO INCLUDE THE FOLLOWING COURSES OR AN EQUAL AND THE REQUIRED STUDENT AND BOOK FEES: PRINCIPLES OF SUPERVISION - 3 CREDITS INTRODUCTION TO CADD - 3 CREDITS 19 STUDENTS PER CLASS. PERIOD OF PERFORMANCE: AUG 2010 THRU DEC 2010. CLIN 0006: TO INCLUDE THE FOLLOWING COURSES OR AN EQUAL AND THE REQUIRED STUDENT AND BOOK FEES: INTRODUCTION TO LEAN PRINCIPLES - 3 CREDITS PRINCIPLES OF PROJECT MANAGEMENT I - 3 CREDITS 19 STUDENTS PER CLASS. PERIOD OF PERFORMANCE: JAN 2011 THRU JUN 2011. CLIN 0007: TO INCLUDE THE FOLLOWING COURSES OR AN EQUAL AND THE REQUIRED STUDENT AND BOOK FEES: ADVANCED LEAN PRINCIPLES - 3 CREDITS INTRODUCTION TO SOCIOLOGY - 3 CREDITS 19 STUDENTS PER CLASS. PERIOD OF PERFORMANCE: AUG 2011 THRU DEC 2011. (vi) Offerors shall submit course number, course title, course description, and number of credits per course, tuition cost per course, student fees and book fee per course with their proposal. (vii) Period of Performance: Jan 2009 through Jun 2011. Place of Performance: Facility shall be within a 35 mile radius of the U.S. Coast Guard Yard, Curtis Bay, Baltimore, MD 21226. Quote FOB, Destination pricing in your proposal. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 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: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number 6) Price and delivery information, 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. (8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – 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. The following factors shall be used to evaluate offers: Delivery, Price, and Past Performance. Delivery is more important than price or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. 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 best value. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2008). The following clauses listed in 52.212-5 are incorporated: 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii) N/A (xiv) N/A (xv) Proposals are due by 13 January 2009, NLT 2:00 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to ronald.almond@uscg.mil. Packages containing proposals must be clearly addressed and identified with the Solicitation Number. In addition, if you have your proposal sent by over night carrier, please request that the carrier deliver the package directly to Ron Almond at the address provided: U. S. Coast Guard, Engineering Logistic Center, 2401 Hawkins Point Road, Bldg. 58, 2nd Floor, Attn: Ron Almond, Baltimore, MD 21226-5000 (xvi) Point of Contact: Ron Almond, Contract Specialist, Tele. No. 410-762-6451, Email address: ronald.almond@uscg.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3422bcd48bcd719aee9d118b99ede4b6&tab=core&_cview=1)
- Place of Performance
- Address: U.S. Coast Guard, Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01727374-W 20090108/090106220220-3422bcd48bcd719aee9d118b99ede4b6 (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 |