SOLICITATION NOTICE
U -- PURCHASE OF TRAINING
- Notice Date
- 2/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611420
— Computer Training
- 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
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-09-Q-9EV001
- Archive Date
- 3/4/2009
- 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
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Quotation number HSCG44-09-Q-9EV001.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 611420 The SBA size standard in millions of dollars is $6.5. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE. The Command and Control Engineering Center (C2CEN), USCG intends to purchase using Simplified Acquisition Procedures training services as described below in the Statement Of Work(SOW). Schedule of Services: Line Item 1: Quantity of: 1 each 1 Three Day Training Class of QuickTest Professional 9.2 (IAW Task 1 below) $_____________________ Line Item 2: Quantity of: 1 each 1 Two Day Training Class of Quality Center 9.0 Using Test Director (IAW Task 2 below) $_______________________ Line Item 3: Travel, provide a Estimated Travel Quotation $_____________ Please Note: Travel will not be funded upon award, due to the fact that the exact Training dates Period Of Performance are not know at this time. The awardee will be required to submit a Travel Proposal prior to the established Training Dates, at that time via Bilateral Modification to Contract the Travel will be funded. (IAW Par-9 of SOW). PROVIDE FIRM FIXED PRICES FOR LINE ITEMS 1 AND 2 ABOVE, and Estimated Quotation for Line Item 3. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (June 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, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) 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 (FEB 2007) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (Feb 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)(Apr 2008). 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 (Jan 2009), 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 (Feb 2008) (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 52.222-50 Combat Trafficking in Persons(AUG 2007) 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; HOMELAND SECURITY ACQUISITION REGULATION (48CFRCHAPTER30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic) HSAR 3052.209–70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: 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 Feb/09/2009 @ 8:00am Eastern Time. 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@uscg.mil, Contracting Officer; or the secondary POC Carrie.F.Houck@USCG.mil, Contract Officer. *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by Feb/17/2009 @8:00am EST. Firm Fixed Prices- these contract Unit cost are not to be modified/increased. Travel will be Modified as stated above. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE. CONTRACTOR PROVIDED QUICK TEST PRO/QUALITY CENTRAL TRAINING SERVICES FOR THE USCG COMMAND AND CONTROL ENGINEERING CENTER (C2CEN) for FY 2009 STATEMENT OF WORK (SOW) 1-SCOPE: This SOW defines contracted Quick Test Professional 9.2 and Quality Center 9.0 Using Test Director training services that C2CEN will require for FY 2009 to train command Test Directors. 2-BACKGROUND: C2CEN Test directors are required to use Quick Test Professional 9.2 and Quality Center 9.0 Using Test Director to perform their duties. Training at C2CEN is not available. 3-OBJECTIVE: Train all C2CEN testers in the use of Quick Test Professional and Test Director. 4-SCOPE OF PERFORMANCE: The contractor will provide Quick Test Professional 9.2 and Quality Center 9.0 Using Test Director training services to ensure successful testing of C2CEN’s many shore and afloat platforms. 5-CONTRACTOR PERSONNEL: The contractor performing these services shall be a citizen or legal resident of the United States and a Trainer/Consultant with the following qualifications, skills, and/or experience. •Licensed Engineer with knowledge of Quick Test Professional 9.2 and Quality Center 9.0 Using Test Director in private industry, government, and the military, especially the Coast Guard C4IT community. •Excellent interpersonal skills. 6-PERIOD OF PERFORMANCE: Task 1 and Task 2 shall be completed concurrently. Training dates shall be established upon awarding of contract. Training shall be completed within one year of award of contract. 7-PLACE OF PERFORMANCE: •All Training will be performed at the U.S. Coast Guard Command and Control Engineering Center, 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199. 8-GOVERNMENT FURNISHED PROPERTY: The Government will provide the workspace, equipment, and supplies necessary to perform the services unless specifically stated otherwise. The contractor shall use the Government furnished property only for the performance of work under the work statement. 8-PERFORMANCE REQUIREMENTS: The following is a list of required task/services. 8-a Task 1 USING QUICKTEST PROFESSIONAL 9.2: Contractor shall provide training in the use of Quicktest Professional 9.2 for up to 12 students. Upon completion of the training the student shall be able to: • Create basic scripts from a manual test case • Enhance basic tests with synchronization and verification • Parameterize tests to run with multiple sets of data • Create and reuse modular actions • Use the Object Repository • Use debugging tools • Use custom checkpoints to create more precise verification points within a test • Use the Object Repository Manager • Describe and use virtual objects • Resolve object recognition problems Contractor shall provide course book material to each student for their use. Course books shall become the property of the respective student. 8-b Task 2 QUALITY CENTER 9.0 USING TESTDIRECTOR: Contractor shall provide training in the use of Quality Center 9.0. using Test director for up to 12 students. Upon completion of the training the student shall be able to: • Define test requirements. • Export data from Microsoft Excel to Quality Center • Organize subjects and tests in the test plan tree. • Design and create test plans. • Generate test scripts from design steps. • Create test sets. • Execute manual and automated tests • Record and track test execution results. • Log and manage defects • Generate reports and graphs Contractor shall provide course book material to each student for their use. Course books shall become the property of the respective student. 8-c The Contractor shall develop an Evaluation Survey for each of the Task 1 & 2 Listed above: Task 1 Assessment: •Contractor shall develop a Student Survey to identify the effectiveness of task performance requirements. •Survey shall be submitted to Contracting Officer and Technical Assistant prior to course commencement for Approval. •Survey results shall be provided to Contracting Officer and Technical Assistant upon completion of course. Task 2 Assessment: •Contractor shall develop a student survey to identify the effectiveness of task performance requirements. •Survey shall be submitted to Contracting Officer and Technical Assistant prior to course commencement for approval. •Survey results shall be provided to Contracting Officer and Technical Assistant upon completion of course. 9-Travel: The Contractor is authorized to Travel in the performance of these Task. The Contractor will be reimbursed for Travel and Perdiem IAW the JFTR (Joint Federal Travel Regulations). 9-a Travel Reimbursements: All Contractor Travel and Invoicing for that Travel shall be IAW the JFTR (Joint Federal Travel Regulations). The JFTR is available on the World Wide Web for viewing and printing in Adobe Format. 1-The Government will reimburse the Contractor on the basis of actual cost as stated IAW FAR 52.212-4 Alt-1. (1)(a) IAW JFTR Part B Per Diem Allowance, The Per Diem rate is determined based on the Location. Max Per Diem for Portsmouth Va. is $155.00 per day, this includes Lodging, Meals and Incidentals. The Contractor shall not be paid more than the Max Per Diem unless authorized by the USCG Contracting Officer. The Contractor is authorized the Max Per Diem Per Day amount and is not required to show receipts for that Per Diem Per Day. (1)(b) IAW JFTR Part F: Travel Claims and Receipts, U2510 Receipt Requirements. Receipts are required for Any Expenditures of $75.00 or more. (The Contractor is not required to show receipts for Per Diem as stated above) Any other expenditure in excess of $75.00 are required to be accompanied by a Receipt, e.g. Airfare/Rental Car. (1)(c)IAW JFTR Part B U3100 A. It is the Governments policy that Economy Class(less than First/Business Class) is to be used for passenger transportation modes. The Contractor will only be reimbursing for Travel Airfare that is based on Economy Class unless approved in advance by the USCG Contracting Officer. 10- Contract Administration: Primary POC for this Contract is : James A. Lassiter Contracting Officer James.A.Lassiter@uscg.mil (757)686-2149 Alt POC: Carrie Houck, Chief of Contracting/Contracting Officer Carrie.F.Houck@uscg.mil (757)686-4215 *PLEASE NOTE* Offerors are to provide Firm Fixed Prices,by Feb/17/2009 @8:00am EST. Please direct any question in reference to this RFP to James Lassiter, USCG Contracting Officer, James.A.Lassiter@uscg.mil PH# 757-686-2149
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=40bd5e6726a066efdb62b3d8220d58c5&tab=core&_cview=1)
- Place of Performance
- Address: USCG COMMAND AND CONTROL ENG. CENTER, 4000 COAST GUARD BLVD., PORTSMOUTH, Virginia, 23703-2199, United States
- Zip Code: 23703-2199
- Zip Code: 23703-2199
- Record
- SN01746175-W 20090208/090206220835-40bd5e6726a066efdb62b3d8220d58c5 (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 |