Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

U -- PURCHASE OF DOPPLER MAINTENANCE TRAINING

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-PC8234
 
Archive Date
8/24/2011
 
Point of Contact
James A Lassiter, Phone: (757)686-2149, Steve Schultz, Phone: (757) 295-2275
 
E-Mail Address
james.a.lassiter@uscg.mil, steven.k.schultz@uscg.mil
(james.a.lassiter@uscg.mil, steven.k.schultz@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information 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-PC8234. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 811219. 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 Purchase Order Contract to: Northrop Grumman, Inc., LLC for 5 days of SRD 331, 421s and 500 Doppler Speed Log Maintenance Training. 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: Northrop Grumman, Cage Code 03956. 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/02/2011. 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. FIRM FIXED Price Proposals may be submitted on company letterhead and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is AUG/09/2011@7:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil and Steven K. Schultz, Contract Specialist, steven.k.schultz@uscg.mil. *PLEASE NOTE* Required Training Dates are 22-26 August 2011. Anticipated Award Date for the PO Contract is AUG/15/2011, this date is approximate and not exact. Schedule B: Line 1: 1 each 5 Day SRD 331, 421s and 500 Doppler Speed Log Maintenance Training Course at the Northrop Grumman Charlottesville VA office. This course will be conducted over five (5) consecutive days and consist of forty (40) hours of instruction on August 22-26 2011. The class size shall be limited to six (6) students per class. 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 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, 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 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) (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 FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (AUG 2011) 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) are 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. 02-AUG-11 Statement of Work for PREVENTIVE AND CORRECTIVE MAINTENANCE ON THE SRD 331, SRD 421 AND SRD 500 DOPPLER SPEED LOGS Prepared by United States Coast Guard Command, Control, and Communications Engineering CenterSHORT TITLE: PREVENTIVE AND CORRECTIVE MAINTENANCE ON THE SRD 331, SRD 421s AND SRD 500 DOPPLER SPEED LOGS Start Date: 22 August 2011 End Date: 26 August 2011 1. PLACE OF PERFORMANCE: 1.1. Place of Performance shall be at Northrop Grumman Systems Corporation facilities at: 1.1.1. Northrop Grumman Systems Corporation 1070 Seminole Trail Charlottesville, VA 22901 434 974 2000 2. REFERENCES: 2.1. SRD 331, 421s and 500 - Maintenance Manuals 2.2. CIM 10550.25B - Electronics Manual 3. SPECIFICATIONS: N/A 4. SECURITY REQUIREMENTS: 4.1. Students will comply with all Security requirements ate the Contractors Facility. 5. TASK ORDER MANAGEMENT DESIGNATION: 5.1. Northrop Grumman Systems Corp. POC for GSA Schedule courses: Amy Carroll (434) 9742230 5.2. The Coast Guard POC is ETCM Blake Mabe, C3CEN work: (757) 686-2148 email blake.a.mabe@uscg.mil or ET1 David Sessoms C3CEN work: (757) 483-8791 email david.m.sessoms@uscg.mil 5.3. James Lassiter who can be reached at (757) 686 2149, e-mail address: james.a.lassiter@uscg.mil 6. DESCRIPTION OF WORK: 6.1 Scope: Provide MK39 Gyrocompass maintenance training. The training will encompass the following topics: general equipment description and configuration, technical specifications, equipment operation; system fault reporting, troubleshooting and repair techniques. The class will be conducted over five (5) consecutive days and consist of forty (40) hours of instruction and consist of a maximum of six (6) students. 6.2 Background: C3CEN's Core Technologies - Navigation Sensors (CT-N) division is the Coast Guard's designated System Management Engineering Facility (SMEF) for surface search radars, night vision-electro optics systems, automatic identification system and DGPS receivers. For these shipboard systems to operate properly, they rely on speed information from a Doppler Speed Log. The Legend class, Healey class, Polar class, WHEC-378, and WMEC-270 cutters have the Northrop Grumman Systems Corp. SRD 331, 421s and 500 Doppler Speed Logs installed. Electronics Technicians assigned to the CT-N division often troubleshoot equipment failures that are related to the said equipment system failure or abnormality, although they have no formal or informal training with the equipment. The intent of this procurement is to provide familiarization and corrective maintenance training for these technicians. 7. GOVERNMENT FURNISHED INFORMATION: 7.1. Names of Coast Guard personnel to attend the training. 8. GOVERNMENT FURNISHED MATERIAL: NA 9. GOVERNMENT FURNISHED EQUIPMENT: 9.1.1. N/A. 10. CONTRACTOR FURNISHED EQUIPMENT: 10.1. None 11. CONTRACTOR FURNISHED MATERIAL: 11.1 Provide Doppler Speed Log Maintenance Course training for 6 students. 11.2 Provide Doppler Speed Log Reference Materials [technicai manuals and course hand-outs (if any)] for 6 students. The reference material will be published by the OEM (Northrop Grumman Systems Corp.) and will become permanent property of the student. 11.3 Provide Doppler Speed Log Course Completion Certificates for 6 students. 12. TRAVEL REQUIREMENTS: 12.1 Travel and subsistence/Per Diem are not authorized for the Contractor. C3CEN attendees will travel to and from Contractor's facility. 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: 13.1. N/A. 14. DATA DELIVERABLES: 14.1 The USCG/Government requires that the Contractor will provide each participant with a Customer Satisfaction Survey and a Completion Certificate. 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 Program POC within five business days upon completion of the training. Each student shall be presented with a certificate showing completion of the course. 15. SUB-CONTRACTING REQUIREMENTS: NA 16. ACCEPTANCE PLAN: 16.1 A Coast Guard Representative will review the Customer Satisfaction Surveys and provide feedback to the Contractor. 17. OTHER CONDITIONS REQUIREMENTS: 17.1 Place and Hours of Performance: Location same as paragraph 1. Anticipate training will commence on or about 0800 daily. Justification for Other than Full and Open Competition Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpat16.3, 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 to the specific nature of the Training required. C3CEN requires Northrop Grumman Systems Corporation, by and through its Maritime Systems business unit to provide one, 5 day course Titled: SRD 331, 421s and 500 Doppler Speed Log Maintenance Training. 3) Description of Services and Total Value: Northrop Grumman Systems Corporation shall provide one SRD 331, 421s and 500 Doppler Speed Log Maintenance Training course at contractor's facility in Charlottesville, VA. This course will be conducted over five (5) consecutive days and consist of forty (40) hours of instruction on August 22-26 2011. The class size shall be limited to six (6) students per class. Total Estimated amount for this training service: $9,000.00. This training service is provided by Northrop Grumman at 1070 Seminole Trail, Charlottesville, Virginia 22901-2891. 4) Identification of the Statutory Authority Permitting Other Than Full and Open Competition: 6.302-1 (2)(iii) For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in Substantial duplication of cost to the Government. 5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: The SRD 331, 421s and 500 Doppler Speed Log Maintenance Training course is owned by and developed by Northrop Grumman Corporation Maritime Systems, and they are the only known contractor that can provide this highly specialized training course within close proximity to Portsmouth Virginia, 23703. 6) Description of Efforts Made to Ensure Offers are Solicited From as Many Potential Sources as Practicable, including whether a notice will be publicized as required by subpart 52. Market research was conducted to determine if any other commercial off-the-shelf training program could be used to train C3CEN technicians. Due to the product specific nature, no other source was identified and deemed suitable for training our C3CEN technicians. A RFQ will be posted FEDBIZOPS with the statement that any GSA Contractor that feels that they can provide this Service may provide a Quotation. 7) Determined by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: This Service contract will be a Firm Fixed Price. Northrop Grumman Corporation Maritime Systems has already developed the SRD 331, 421s and 500 Doppler Speed Log Maintenance Training course and substantial duplication of cost to the Government is not expected to be recovered through competition. 8) Description of Market Research: Unable to identify any vendor that offered SRD 331, 421s and 500 Doppler Speed Log Maintenance Training other than Northrop Grumman Systems Corp. Searches conducted via internet and other sources. 9) Any Other Facts Supporting the Use of Other Than Full and Open Competition: Northrop Grumman Systems Corp. designed and manufactures the SRD 331, 421s and 500 Doppler Speed Logs. This vendor has the in-house expertise to provide superior training to course attendees. 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: None. 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. 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. ETCM Blake Mabe USCG, Technical Representative James A. Lassiter USCG, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC8234/listing.html)
 
Place of Performance
Address: 1070 SEMINOLE TRAIL, CHARLOTTSVILLE, Virginia, 22901-2827, United States
Zip Code: 22901-2827
 
Record
SN02520911-W 20110805/110804000123-035eed56ea7ed6b93cb28f1ba75baab5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.