SOLICITATION NOTICE
U -- PURCHASE OF MANAGEMENT TRAINING & BUSINESS PROCESS ENG. - PERFORMANCE WORK STATEMENT
- Notice Date
- 7/23/2010
- 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 (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-10-R-PCY353OM
- Archive Date
- 8/21/2010
- Point of Contact
- James A. Lassiter, Phone: (757)686-2149, Carrie Houck,
- E-Mail Address
-
james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil
(james.a.lassiter@uscg.mil, Carrie.F.Houck@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PERFORMANCE WORK STATEMENT This is a Combined Synopsis/Solicitation for commercial services prepared in accordance with the format in FAR Subpart 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. Request For Proposal (RFP) number HSCG44-10-R-PCY353OM is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The US Coast Guard Command, Control and Communications Engineering Center (C3CEN) intends to award a Firm Fixed Price (FFP) Purchase Order Contract using Simplified Acquisition Procedures IAW FAR Part 13 for the purchase of Project Management Training And Business Process Engineering as outlined below in the attached Performance Work Statement(PWS). This Is A 100% Total SMALL BUSINESS SET-ASIDE acquisition. The North American Industry Classification System (NAICS) Code is 611430 and the small business size standard is $7.0 M. All responsible sources may submit an offer which shall be considered by this agency. Anticipated award date is Aug/24/2010. This date is approximate and not exact. This is a Request for Proposal using Performance Based Acquisition via a Performance Work Statement, the Offeror is to provide in his or her Proposal, the method/means and approach in which they propose to provide the desired Services as described in the PWS. RFP# HSCG44-10-R-PCY353OM Issue date July/23/2010 Response date Aug/06/2010 @ 8:00am EST (A)RFP Request For Proposal: The USCG C2CEN has a requirement for the awarded qualified Contractor to provide Project Management Training And Business Process Engineering Services at outlined below in the attached Performance Work Statement(PWS). Attachments: PERFORMANCE WORK STATEMENT- Project Management Training And Business Process Engineering at outlined below in the attached Performance Work Statement (PWS). for C3CEN Employees. (B) Period of Performance: (POP)of this Training Service Contract is 1 Year from Award Date. (C) Schedule of Services: The offeror is to provide Firm Fixed Prices in reference to the Schedule of Services Required and the PWS. Note: The Base Award of this Contract is for Line Items 1 and 3 and 5. Line Items 2 & 4 if required will be incorporated into this Contract by exercising an Option To Extend Services. Provide Firm Fixed Pricing for ALL Line Items below, and a detailed Training Package that covers the Subject Matter as described in the PWS. The length of Sessions is an estimate based on past training efforts. The offeror is to provide his or her own Length of Sessions in their proposal. Line Item 1: One, (3 Day) session of, Project Management Training as described in the PWS Section 5.1. Required Dates for this session are to be within 30 days of Contract Award. Total Proposed Price per Day or Session for Line Item 1: _____________ (Circle one) Line Item 2: Three, (3 Day) sessions of Project Management Training as described in the PWS Section 5.1. Required dates are not know at this time. OPTIONAL LINE ITEM Total Proposed Price per Day or Session for Line Item 2: ____________ (Circle one) Line Item 3: One, (1 Day) session of Business Process Engineering as described in the PWS Section 5.2. Required Dates for this session are to be within 30 days of Contract Award. Total Proposed Price per Day or Session for Line Item 3: ____________ (Circle one) Line Item 4: Nine, (1 Day) sessions of Business Process Engineering as described in the PWS Section 5.2. Required Dates are not known at this time. OPTIONAL LINE ITEM Total Proposed Price per Day or Session for Line Item 4: ____________ (Circle one) Total Proposal for Line Items 1 thru 4 _______________ Note: Any requirement that may entail a ½ day of Services, it will be added to another ½ day of Services as to make 1 full day for planning/traveling and logistical purposes. Line Item 5: Travel & Travel Expenses to include Airfare, Meals, Lodging, and Rental Car expenses. The Contracting Officer will provide desired dates/locations of Services to the Contractor; the Contractor will be required to provide a Travel Cost Proposal to the Contracting Officer. The Contractor will receive approval for the Travel Expenses. See below section for Travel Reimbursements (D) Invoicing: All Invoices are to be sent directly to the USCG Contracting Officer for approval, when approved the Contracting Officer will forward those Invoices to CG Fincen for prompt payment. The Contractor is not authorized to Invoice directly to USCG Fincen. (1) 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. http://www.defensetravel.dod.mil/ http://www.defensetravel.dod.mil/perdiem/trvlregs.html 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. As of Sept/30/2008 the 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) (1)(c)Any other expenditure in excess of $75.00 are required to be accompanied by a Receipt, e.g. Airfare/Rental Car. (1)(d)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. (E) Options: If a requirement exists for services beyond the Base Award of Line Items 1 and 3 the USCG C3CEN will exercise the Option for the Services of Line Items 2 and 4. These Line Items will not to be funded for the Base Award of this Contract. If any of the Line Items 2 and 4 are Exercised, Line Item 5 Travel shall receive additional funding beyond Base Award amount to cover those Travel expenses. The Contractor will be notified 30 days prior to exercising an Option. The Contractor will be notified of required dates that services are to take place. At that time the Contractor will be requested to provide a Firm Fixed Cost Proposal for Travel Expenses for those Dates, this proposal is to be provided to the Contracting Officer. If Options are exercised, the USCG C2CEN will make every effort to plan dates that are close together for Planning/Traveling and Logistical purposes, as to benefit the Contractor and the USCG/Government. (F) Provisions/Clauses: 52.217-5 Evaluation of Options(JULY 1990) the Firm Fixed Prices given by the Offeror of the Optional Line Items 2 and 4 shall be evaluated for award purposes. 52.217-8 Option to Extend Services(NOV 1999), the Contractor will be given 30 days written notice to Exercise the Option to incorporate the use of Line Items 2 and 4. *NOTE: The USCG/Government is not required or bound to Exercise any Options that are listed above in this RFP and in the awarded contract. This Contract shall be awarded for the Base Award Items only, Line Items 1, 3 and Line Item 5 (when required Travel Expenses associated with Line Items 1 and 3) NOTE: This Solicitation and subsequent awarded contract will be exempt from FAR 22.10 Service Contract Act, due to that the Contractor Qualifications in the PWS Section 1.3.2.1.1 the party providing these Services is required to be an Engineer. An Engineer is deemed to be a Professional Employee as defined in FAR 22.1102 and 29 CFR 541. Full Text of: 52.232-18 Availability of Funds (Apr 1984) This applies to the Optional Line Items Only Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUNE 2008), 52.212-2 Evaluation-Commercial Items. (JAN 199) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Approach; (ii) Past Performance; (iii) Price Technical and past performance, when combined, are significantly more important than cost or price. However, if all other factors are equal, price may be the determining factor. The offeror's proposal shall contain a response to each of the areas identified below. Only those proposals prepared in accordance with the solicitation will be evaluated. The evaluation of proposals will be based on three factors: Technical Proposal/Factor 1: (Most Important) (i) Technical Approach to provide the Project Management Training and Business Process Engineering Services to C3CEN Members. (ii) Ability to show Technical knowledge of Military/Government/Private Sector Organizational Structures (iii) Providing Eng. certification of party as stated in 1.3.2.1 of the PWS. Past Performance/Factor 2: (As Important as Technical Proposal) The proposal must contain the names of government or military agencies or private corporation clients to whom they have provided the same/similar Services as described in the PWS, within the last three years. See below Past Performance Table below to be completed by Offeror. Price/Factor 3: (Least Important) The Firm Fixed Price cost proposal shall contain supporting documentation of the price proposed such as a commercial price list(if applicable) in order to determine price reasonableness in accordance with FAR Subpart 15. Although price is not the controlling factor in award of a contract under this solicitation; it is an important factor and should not be ignored. The degree of its importance will increase with the degree of the equality of the proposals in terms of the other evaluation factors on which selection is based. If competing proposals are substantially equal in technical and past performance, price may be the determining factor in award. Exclusion of any of this information will cause the proposal to be excluded from consideration. PAST PERFORMANCE TABLE: Name of Agency/Company Contract Number POC Info(ph/email) 1- 2- 3- 4- FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) 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 (JUNE 2010) with the following addendas: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.252-2 Clauses Incorporated by Reference (Jun 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)(Oct 2003). 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 (JULY 2010), HSAR 3052.242-72 Contracting Officers Technical Representative, COTR, (DEC 2003) NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. SEE ATTACHED PERFORMACE WORK STATEMENT. IF ANY PARTIES ARE HAVING PROBLEMS VIEWING THIS RFP AND THE ATTACHMENT, PLEASE CONTACT THE PRIMARY POC, AND OTHER MEANS WILL BE MADE FOR VIEWING. e.g. faxed/scanned emailed
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-10-R-PCY353OM/listing.html)
- Record
- SN02216883-W 20100725/100724000025-b7c0daf57b54b37ed624992a084a3c98 (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 |