SOLICITATION NOTICE
U -- Purchase of Motorola Training
- Notice Date
- 8/6/2012
- 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
- HSCG44-12-Q-PC2422
- Archive Date
- 8/28/2012
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a Request for Quote number RFQ HSCG44-12-Q-PC2422. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 611430. The SBA size standard is $5.0 Million. Due to this Acquisition being considered to be a Sole Source Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a), This IS NOT A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703, intends to purchase on a non-competitive basis by awarding a Firm Fixed Price Purchase Order to: Motorola for Two Sessions of 4 days of Quantar/Quantro Base Station Training IAW Statement of Work (SOW) below. The proposed contract action resulting from this synopsis/solicitation for commercial services is the Government's intention to solicit and negotiate with only one source under the authority of FAR 6.302.1 and 13.106-1(b). Interested persons/parties may indentify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 5 days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement, and for informational purposes. The contractor for this proposed Sole Source contract is: Motorola, Cage Code 78205. A current CCR Data Search and EPLS Data Search were conducted on this Contractor by the Contracting Officer. This Contractor is current/active in CCR and does not appear on the EPLS List. Data Search date: Aug/6/2012. This is a Sole Source Procurement. See attached JOTFOC Document below. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Training Dates are 18-24 Sep 2012 and 13-16 Nov 2012. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, total price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Aug/13/2012 @7:00AM EST. Quotes are to be emailed to the POC Beverly. A. Turman-Dawson, Acquisition Specialist, beverly.a.turman-dawson@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Information by Aug/13/2012@7:00AM EST. Anticipated Award Date for the PO Contract is Aug/13/2012, this date is approximate and not exact. Schedule B: Line Item 1: 2 Ea of - 4 day Sessions of Quantar/Quantro Base Station Training for eight students (See below Statement of Work) *Required Training Dates are Sep/16/2012-Sep/24/2012 and Nov/13/2012-Nov/16/2012. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) 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 addenda's: The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), 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) (Jul 2006). 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 DUNS33314 Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (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 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) 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) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; 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. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (1) Agency, Contracting Activity The United States Coast Guard Command, Control, & Communications Engineering Center (C3CEN), Portsmouth, VA. (2) Nature and/or description of the action being approved. Specialized Training provided by Motorola that will allow techs to troubleshoot and repair radios that are currently deployed within each VTS AOR. (3) A description of the supplies or services required to meet the agencys needs Motorola Microwave Quantar/Quantro Base Station Training Course Code: NST250 2 EA 4 Day Training Sessions for 8 Students Total Estimated Cost: $15,000.00 (4) Statutory Authority permitting other than full and open competition. This statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) implemented by FAR Subpart 6.302-1, entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". (5) Contractor's unique Qualifications Motorola is the OEM of this Equipment, and they only have the expertise to provide the Specialized Training for this Equipment. (6) A description of efforts made to ensure that offers are solicited from a many potential sources a practicable. RFQ will be posted to Fed Biz Ops with a statement that interested parties may provide a response to this RFQ. (7) A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. Price will be determined Fair and Reasonable from previous purchase of the same or similar services. (8) Market Research Internet searches were conducted and it was determined that there are no other contractors that can provide this specialized training. (9) Any other facts supporting the use of full and open competition None at this time (10) A listing of sources, if any, that expressed, in writing, an interest in the acquisition. None at this time (11) Removing Barriers to the Competition None at this time (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiter Contracting Officer (13) Evidence that any supporting data is complete and accurate by the technical or requirements personnel. I certify this procurement meets the Governments minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. ET1 SEAN R. FOSTER Technical Representative STATEMENT OF WORK SHORT TITLE: NST250 Quantar/Quantro Base Stations 1. PLACE AND DATES OF PERFORMANCE Motorola 1295 E Algonquin Rd Schaumburg, IL 60196 Dates: 18-24 Sep 2012 13-16 Nov 2012 2. REFERENCES N/A 3. SPECIFICATIONS: N/A 4. SECURITY REQUIREMENTS: N/A 5. KEY PERSONNEL: ETCS Gary Treece, ETC D. Wayne Newton, ET1 Sean Foster, ET1 Ronald McKnight, ET1 Toby Owens, ET1 Justin Causey, ET2 Jason Janz, and ET3 Dave Martinez 5.2 US COAST GUARD COMMAND, CONTROL AND COMMUNICATIONS CENTER (C3CEN) REPRESENTATIVES: USCG Funding Representative: Mr. Jeffery Kayser USCG C3CEN, CL 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: 757-638-4089 Jeffery.A.Kayser@uscg.mil USCG Contracting Representative: Ms. Beverly A. Turman-Dawson USCG C3CEN 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: 757-686-2104 beverly.A.turman-dawson@uscg.mil USCG Contracting Officer Representative (COR): Mr. Byran Ellis USCG C3CEN, PL-C3 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: 757-686-4294 Bryan.P.Ellis@uscg.mil 6. DESCRIPTION OF WORK Motorola's Technical Training organization dedicates itself exclusively to offering the most comprehensive training available for Motorola's advanced equipment to fully realize the equipment's potential. From sophisticated training needs analysis to ongoing training throughout the life cycle of your product or system, we can help ensure that your investment in training today is an investment for your future. Our training methodology includes knowledgeable instructors, well-designed courseware, lab activities, and system hardware and software that closely parallels your operating environment and that is integrated with proper system documentation. This methodology is based upon several key criteria: • Course design is driven by an analysis of learner needs and focuses on how-to rather than theory. • Learning objectives are based upon what learners need to accomplish on the job and focus on specific applications. • Hands-on lab opportunities using customer-specific job aids are incorporated into training to maximize the transfer of skills to the job and the retention/reuse of information. 6.1 Training Objectives: The objective of this course is to enable VTS technicians to successfully troubleshoot and repair the Quantar/Quantro base stations currently deployed in Vessel Traffic AORs. 7. GOVERNMENT-FURNISHED INFORMATION: N/A 8. GOVERNMENT-FURNISHED MATERIAL: N/A 9. GOVERNMENT-FURNISHED EQUIPMENT: N/A 10. CONTRACTOR-FURNISHED EQUIPMENT: Motorola will provide all classroom equipment for lab work and troubleshooting. 11. CONTRACTOR-FURNISHED MATERIAL: Motorola shall provide the following for this training: • Technical manuals • Lecture notes / hand-outs • Certificate for those who complete course 12. TRAVEL REQUIREMENTS: Members will be traveling from Portsmouth VA to Chicago IL 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: N/A 14. DATA DELIVERABLES: N/A 15. SUBCONTRACTING REQUIREMENTS: N/A 16. ACCEPTANCE: N/A 17. OTHER CONDITIONS/REQUIREMENTS: N/A 18. LIST OF ATTACHMENTS: SI-050212USCG
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PC2422/listing.html)
- Record
- SN02828322-W 20120808/120806235507-bdf8cfde11778475d8623d1295c3fbbe (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 |