SOLICITATION NOTICE
U -- PURCHASE OF TRAINING FOR NMS600 POSITIONING SYSTEM
- Notice Date
- 1/4/2011
- 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
- HSCG44-11-Q-PCN013
- Archive Date
- 2/2/2011
- 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
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Quote number RFQ HSCG44-11-Q-PCN013.This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through FAC Federal Acquisition Circular 05-46. This procurement will be processed in accordance with FAR Part 12 &13. The North American Industry Classification System (NAICS) is 611430 The SBA size standard in Dollars is 7.0M. Due to this Acquisition being considered to be a Sole Source Acquisition, it is not anticipated that the Contracting Officer will receive 2 or more Offers from Small Business Concerns; therefore IAW FAR 19.502-2(a) This is NOT a Small Business Set-Aside. The USCG Command and Control and Communications Engineering Center (C3CEN) Ports. Va. 23703 intends to issue a Firm Fixed Price Purchase Order Contract for the purchase of the following Training Services listed below in Schedule-B. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these Services than that information listed. Request for such will be disregarded. The proposed contract action resulting from this synopsis/solicitation for commercial services is the Governments intention to solicit and negotiate with only one source under the authority of FAR 6.302-1 & 13.106-1(b). Interested persons/parties may identify 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: L3 COMMUNICATIONS Cage Code: 0N962. A current CCR Data Search and EPLS Data Search was 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: JAN/04/2011@ 1:24PM This is Considered to be a Sole Source Acquisition. See below attached Justification for Other Than Full and Open Competition. Schedule-B Line Item # Description Quantity Unit 1 1 3-day Training session 1 Job IAW the attached SOW Below 2 Est. Travel Cost Proposal 1 Ea See SOW for Location *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Proposed Course Syllabus, by JAN/18/2011 @ 8:00am EST. The Offeror is to provide an Estimated Travel Cost Proposal, if the Offeror fails to provide a Estimated Travel Cost Proposal, the Offer will not be considered for PO Contract Award. All Travel expenses will be reimburse IAW the JFTR, all Travel cost in excess of $75.00 will be required to be accompanied by a Receipt. FIRM FIXED Price Quotations may be submitted on company letterhead stationary and must include the following information: Cost breakdown, Unit Price, Extended Price, Delivery, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is JAN/18/2011 @ 8:00 AM EST. Facsimile and E-mail quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to James.A.Lassiter@uscg.mil Email is preferred. The anticipated Award Date for the PO Contract is JAN/19/2010, this date is approximate and not exact. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items NOTE: This Solicitation and subsequent awarded contract will be exempt from FAR 22.10 Service Contract Act, due to that the Contractor Instructor Qualifications, the party providing these Specific Training Services is required to be a Professional Instructor in Maritime Positioning. A Professional Instructor is deemed to be a Professional Employee as defined in FAR 22.1102 and 29 CFR 541. 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 52.212-1 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 of proposed Training Course, Price, and Past Performance, and Quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2010) 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 52.252-2 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)(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 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 (OCT 2010), 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 (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 52.225-13 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; 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. STATEMENT OF WORK START: MAR/14/2011 COMPLETE: MAR/16/2011 SHORT TITLE: USCG Train the Trainer NMS 6000 1. PLACE OF PERFORMANCE: C3CEN 4000 Coast Guard Blvd Portsmouth, VA 23703 2. REFERENCES: a. Standard Operating Procedures (SOP) for the Coast Guard Training System, Volume 2: Analysis b. Joint Federal Travel Regulations 3. SECURITY REQUIREMENTS: Not applicable. 4. PURCHASE ORDER MANAGEMENT DESIGNATION: a. The Program point of contact (POC) for this purchase order is LTJG Eric Eng, C3CEN, who can be reached at (757) 686-2124. b. The Contractual POC for this purchase order is Mr. James A Lassiter, C3CEN, who can be reached at (757) 686-2149. 5. DESCRIPTION OF WORK: 5.1 Scope: At the end of L3 Dynamic Positioning and Control System NMS 6000 Train the Trainer course, the C3CEN Instructors will be able to train students to properly operate and maintain the NMS 6000 equipment in its operational mode. The training session is three days in length. 5.1.1 Task: Delivery of the training will include, but not limited to, the following: § Provide "hands on" training in the operation for the NMS 6000 for 8 students. 6. GOVERNMENT-FURISHED PROPERTY (GFP): The government will provide the training facility/room and operational NMS 6000. The room will be equipped with a projector, projection screen and a table area for the instructor. The NMS 6000 will be in the condition as it was installed in the simulator. 7. TRAVEL AND SUBSISTENCE/PER DIEM REQUIREMENTS: a. Travel and subsistence/Per Diem are authorized and will be reimbursed in accordance with reference (b). b. Anticipated travel and subsistence/Per Diem will be from contractor's facility to C3CEN and return to contractor's facility. 8. DATA DELIVERABLES: The government requires that the contractor will provide each participant with a Customer Satisfaction Survey. The survey will be administered by the contractor and, at a minimum, assess participant's reaction to course content, instructor performance, and the classroom environment. One copy of the survey will be delivered to the POC within five business days upon completion of the course. 9. OTHER CONDITIONS/REQUIREMENTS: 9.1. Place and Hours of Performance: a. It is anticipated that the training will be held on site at C3CEN. (On-Site POC: Mr. Robert Daniels) (757-686-4238) (Robert.Daniels@uscg.mil) b. Secondary POC is LTJG Eric Eng (757-686-2124)(Eric.G.Eng@uscg.mil) c. Workshop hours will be from 0800-1600. A one hour break for lunch will be scheduled between these hours. 9.2 Quality Assurance Provisions: 9.2.1 Compliance: The Contractor shall ensure that delivered tasks meet all standards and guidelines provided in this contract and in applicable regulations and directives. 9.2.2 Acceptance: A Coast Guard Representative will review the Customer Satisfaction Surveys and provide feedback to the contractor. Justification for Other Than Full and Open Competition Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3, HSAR 3006.3, HSAM 3006.3, CGAP 1206.3, and in accordance with (IAW) requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR Subpart 6.302-1 is justified by the following facts and rationale required under FAR 6.303-2 as follows: 1) Agency and Contracting Activity: The US Coast Guard, Command, Control and Communication Engineering Center (C3CEN), proposes to enter into a contract on a basis other than full and open competition. 2) Nature and/or description of the action being approved: The USCG intends to sole-source its requirement due the specific nature of the Training for a single piece of equipment. The Training is designed to give firsthand knowledge to C3CEN instructors for the NMS 6000 produced by L3 Dynamic Positioning and Control Systems. The NMS 6000 is a Dynamic Positioning System (DPS) being installed on USCG Buoy Tenders, and the Buoy Tender Labs and classroom in C3CEN. A third (10 of 30) of USCG's Buoy Tenders and the WLB Lab in C3CEN already have the NMS 6000 installed. Currently, C3CEN Instructors for Buoy Tenders are not certified to use or train others in the use of the NMS 6000. The 3 day Training session for 8 Students is to take place at USCG C3CEN Portsmouth Va. 23703 3) Description of Services and Estimated cost: The proposed acquisition consists of the following: Instructor Rate and onsite prep: Estimated Travel Expenses: USCG Train the Trainer NMS 6000: Estimated cost: $24,000 4) Identification of the Statutory Authority Permitting Other Than Full and Open Competition: The statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1(b)(1)(ii) entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." 5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: The cost of having a third party develop and implement this training would be prohibitive, necessitating the need to have the original equipment manufacturer perform the work. L3 is the only known source that can provide this specific Training. 6) Description of Efforts Made to Ensure Offers are Solicited From as Many Potential Sources as Practicable: Market research was conducted 15-16 December 2010 to determine if any other commercial off-the-shelf training program could be used to train C3CEN instructors. Due to the product specific nature of the NMS 6000 no other source was identified or could be deemed suitable for use to train C3CEN instructors. A Solicitation is to be posted on Fed-Biz-Ops with verbiage that any offerors that can provide the services as stated may provide a cost proposal and all proposals would be considered by the Government. 7) Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Fairness of price is based on quotes given by L3 Dynamic Positioning and control Systems. The Market Research pricing information provided by L3, is the same cost that the General Public would pay for the same Training if acquired. 8) Description of Market Research: Market research was conducted 15-16 December 2010 to determine if other commercial off-the-shelf training programs could be used to perform the required training. Due to the product specific nature of the NMS 6000 no other source was identified or could be deemed suitable for use to train C3CEN instructors. 9) Any Other Facts Supporting the Use of Other Than Full and Open Competition: There are no other facts to provide. 10) A Listing of the Sources, if Any, That Expressed, in Writing, An Interest in the Acquisition: No other interest has been expressed at this time. 11) A Statement of the Actions, if Any, the Agency May Take to Remove or Overcome Any Barriers to Competition Before Any Subsequent Acquisition for Supplies or Services Required: There no actions that can be taken.12) 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. 12) I certify this requirement meets the Government's 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. LTJG Eric G. Eng, Technical Representative James A. Lassiter USCG, Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PCN013/listing.html)
- Place of Performance
- Address: Portsmouth, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN02353719-W 20110106/110104234047-1bb676433da98a04d67e1adcdbcce0d1 (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 |