SOLICITATION NOTICE
U -- Federal Acquisition Regulation Training
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-12-Q-VM9023
- Archive Date
- 9/12/2012
- Point of Contact
- Romy V Maglalang, Phone: (757) 628-4145, Joan E. Baum, Phone: (757) 628-4140
- E-Mail Address
-
romeo.v.maglalang@uscg.mil, Joan.E.Baum@uscg.mil
(romeo.v.maglalang@uscg.mil, Joan.E.Baum@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. Solicitation Number HSCG84-12-Q-VM9023 is issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-60, and may be obtained electronically at http://www.arnet.gov/far. This is a total Small-Business Set-Aside. The applicable NAICS code is 611430, and the small business size standard is $7.0M. Offers are solicited only from total small business concerns. Offers are due at the U. S. Coast Guard SILC (PCB31), Attn: Joan E. Baum/Suite 950, 300 East Main Street, Norfolk, VA 23510, by 3:00 p.m. EST on Aug. 28, 2012. Offers may, also, be sent by email to: Joan.E.Baum@uscg.mil or Romeo.V.Maglalang@uscg.mil. Any questions regarding this solicitation may be directed to Joan E. Baum by email, or telephone 757-628-4140, or Romeo Maglalang by email: Romeo.V.Maglalang@uscg.mil, or telephone 757-628-4145. DESCRIPTION OF REQUIREMENT: Provide training on Federal Acquisition Regulation (FAR) subject matter, per following statement of work (SOW): The Coast Guard Shore Infrastructure Logistics Center Contracting Office requires one week of rigor¬ous curriculum grounded in the Federal Acquisition Regulation (FAR). The FAR is a substantial and complex set of rules governing the federal government's purchasing process. Its purpose is to ensure purchasing procedures are standard and consistent, and conducted in a fair and impartial manner. The curriculum shall concentrate on how to understand and use the Federal Acquisition Regulation in daily contracting activities and include an in-depth analysis of the FAR system, contract clauses, contract provisions, contract forms, and interpretation of the regulations. The course must provide comprehensive coverage of the FAR that is challenging for experienced Federal Contracting Personnel users and provided advanced treatment of specific issues. The course shall include an explanation and demonstration of how to use the FAR for research and reference. The course shall qualify for FAI credits transferable for 40 Continuous Learning Points (4.0 CEUs) in order to maintain FAC-C Contracting Certifications. The course shall accommodate up to 25 students and be taught on-site at the U.S. Coast Guard SILC, 300 E. Main Street, Norfolk, VA 23510, on October 1 - 5, 2012. The contractor shall provide all training materials. Facilities and equipment are government provided. Offers/Quotes must include: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A course curriculum and daily schedule;. (4) Price, inclusive of supplies/materials, travel related charges and per diem, and any discount terms; (5) If the offer is not submitted on Form SF-1449 include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; and (6) Company Tax Information Number and DUNS Number. The following Federal Acquisitions Regulation (FAR) provisions/clauses are applicable to this solicitation, and are incorporated by reference. Offerors may obtain full text versions of these clauses, electronically at http://www.arnet.gov/far: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011) 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2011).The following clauses listed within 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.219-13 Notice of Set-Aside of Orders; 52.222-3 Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010 (29 U.S.C. 793); 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.232-33 Payments by Electronic Funds Transfer - Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.243-1 Changes - Fixed-Price (Aug 1987) 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 of certifications prior to submission of your quote. Proposals/Offers shall contain a statement that the ORCA requirement has been met. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC-pcb31) intends to award a Firm-Fixed Price (FFP) Purchase Order, using Simplified Acquisition procedures to the responsible vendor whose offer conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet basic requirements and price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-12-Q-VM9023/listing.html)
- Place of Performance
- Address: U.S. Coast Guard SILC, 300 E. Main Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN02849156-W 20120823/120822001028-593a7e7a03ba3ed2f575c54898a1f862 (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 |