SOLICITATION NOTICE
U -- Purchase of Training Services
- Notice Date
- 7/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611420
— Computer 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-PCZ302
- Archive Date
- 8/7/2012
- 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
- Total Small Business
- 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-PCZ302. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-59. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 611420. The SBA size standard in is $7.0M. This is a Total Small Business Set-Aside. The Training is to be performed by an authorized IBM Certified Reseller Only. See Justification for Other than Full and Open Competition (JOTFOC) and Performance Work Statement below. This Solicitation is for the onsite training of the IBM Rational DOORS (Dynamic Object Oriented Requirement System) Version 9.3 application (IAW Performance Work Statement), 2 separate training sessions for a maximum of 12 students per session. Training is to be held at USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth, VA 23703. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this service. Request for drawings/specs will be disregarded. Any Contractors that are authorized IBM Certified Resellers are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. 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. See Schedule B for the required training dates. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Company DUNS, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is Jul/23/2012@7:00AM EST. Email quotes 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 Travel & Expense Information by Jul/23/2012@7:00AM EST. Anticipated Award Date for the PO Contract is Jul/23/2012, this date is approximate and not exact. Schedule B: Line Item 1: 2 EA of- IBM Rational DOORS Foundation, V9.3 IBM Course Code QN163, duration 1 Day (11 & 13 Sep 2012) Line Item 2: 2 EA IBM Rational DOORS Foundation, V9.3 IBM Course Code QN113, duration 1 Day (12 & 14 Sep 2012) Line Item 3: 1 EA of - Travel & Expenses- CONTRACTOR TRAINING SERVICES FOR IBM RATIONAL DOORS APPLICATION PERFORMANCE WORK STATEMENT 1.0 GENERAL. 1.1 SCOPE. The purpose of this PWS is to obtain Contractor training services for the United States Coast Guard (USCG) Command, Control, & Communications Engineering Center (C3CEN) for onsite training of the IBM Rational DOORS (Dynamic Object Oriented Requirement System) Version 9.3 application. IBM Rational DOORS is the designated Coast Guard standard application for requirement. Therefore training needs to be provided from an IBM Certified Reseller. 1.2 BACKGROUND. The United States Coast Guard (USCG) is responsible for the following missions: Ports, waterways, and coastal security, drug interdiction, aids to navigation, search and rescue, living marine resources, marine safety, defense readiness, migrant interdiction, marine environmental protection, ice operations, and maritime law enforcement. C3CEN is responsible for the engineering, development, implementation, and support of the Coast Guard's electronic command, control, navigation and communication systems infrastructure required to support those missions. Therefore, experience with the Coast Guard designated application for requirements management is essential to C3CEN system engineering and development personnel. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this task order. Specifically the contract training instructor shall be certified by IBM to provide instruction on the IBM Rational DOORS application. The instructor shall have at least 3 years previous and verifiable experience in teaching IBM Rational DOORS application. All Contractor employees supporting this task order shall also be citizens of the United States. 1.3.2 Employee Identification. Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.3 Employee Conduct. Contractor's employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. 1.3.4 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under this task order. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.5 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. 1.4 PERIOD OF PERFORMANCE. The period of performance for this task order shall be September 10-14, 2012. 1.5 PLACE OF PERFORMANCE. USCG C3CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703. 1.6 HOURS OF TRAINING. Contractor employees shall generally commence training daily at 0800 (EST) and complete at 1600 (EST) on the dates specified in paragraph 5.0 below. 1.7 TRAVEL. Contractor travel may be required to support this task order. All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Federal Travel Regulations. The Contractor shall be responsible for obtaining COTR and Contracting Officer approval for all reimbursable travel in advance of training. 2.0 GOVERNMENT TERMS & DEFINITIONS. N/A 3.0 GOVERNMENT FURNISHED PROPERTY. The Government shall provide the training classroom and overhead projector necessary to perform the on­ site portion of Contractor services required in this task order, unless specifically stated otherwise in this work statement. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all written training material (i.e. manuals, workbooks, handouts, etc,) and written training materials (i.e. manuals, workbooks, handouts, etc,} will become the property of the students upon completion of the training class. The contractor shall furnish all training laptops and associated equipment/material (i.e. power strips, switch hubs, etc) required to support this task order. The contractor shall furnish an adequate number of training laptops so the assignment of training laptop to student will be one-to-one. The maximum number of student in each course will be 12 (twelve). The Contractor is also responsible for shipping cost of all material and training laptops including return shipping. 5.0 REQUIREMENTS. The contractor shall conduct 2 separate training sessions. The training sessions will have a maximum attendance of 12 students per session. The training sessions will begin at 0800 and end at 1600. One morning break and one afternoon break will be scheduled daily at the discretion of the Instructor. The breaks will be approximately one hour. 5.1 The contractor will provide the government a copy of their proposed course critique evaluation and training syllabus at least 14 days prior to the beginning of the first session. The government shall approve the proposed course critique evaluation and training syllabus within 5 working days of receipt. 5.2 The first session will be held on 11-12 September 2012 and shall consist of: a) IBM Rational DOORS Foundation, V9.3 IBM Course Code QN163 taught on 11 September 2012 b) IBM Rational DOORS Practitioner, V9.3 IBM Course Code QN113 taught on 12 September 2012. 5.3 The second session will be held on 13-14 September 2012 and shall consist of a) IBM Rational DOORS Foundation, V9.31BM Course Code QN163 taught on 13 September 2012 b) IBM Rational DOORS Practitioner, V9.3 IBM Course Code QN113 taught on 14 September 2012. 5.4 Within 14 calendar days after the last training session, the contractor will provide the government copies of all course critique evaluations completed by students. PLEASE NOTE: THIS IS A TOTAL SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side 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 addendas: 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) Identification of the agency and the contracting activity, and specific identification of the document as a "Justification for other than full and open competition." USCG C3CEN (Command, Control, and Communications Engineering Center), located in Portsmouth, VA (2) Nature and/or description of the action being approved. The nature of this action is to obtain Contractor training services for the United States Coast Guard (USCG) Command, Control, & Communications Engineering Center (C3CEN) for onsite training of the IBM Rational DOORS (Dynamic Object Oriented Requirement System) Version 9.3 application. IBM Rational DOORS is the designated Coast Guard standard application for requirement. Therefore training needs to be provided from an authorized IBM Certified Reseller. (3) A description of the supplies or services required to meet the agency's needs: The services consist of 2 separate training sessions with a maximum attendance of 12 students per session. The training sessions will begin at 0800 and end at 1600. Training will be provided on site at the C3CEN facility at Portsmouth VA. Vendor will provide all written training material and training laptops. The sessions consist of the following 2 courses: a) IBM Rational DOORS Foundation, V9.3 IBM Course Code QN163 duration 1 day. b) IBM Rational DOORS Practitioner, V9.3 IBM Course Code QN113 duration 1 day. Sessions will be held on: 11-12 September 2012, and 13-14 September 2012. IAW Performance Work Statement below (4) An 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- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; (5) A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Provista and Bay State are authorized IBM resellers and IBM partners and Authorized to resell IBM training courses. (6) A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. A solicitation is to be posted on FEDBIZOPS (7) A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. Adequate price competition anticipated from FEDBIZOPS posting (8) A description of the market research conducted and the results or a statement of the reason market research was not conducted. Rational DOORS is an IBM proprietary product, training services are only available from authorized IBM resellers. (9) Any other facts supporting the use of other than full and open competition, such as: The cost estimate for the Government to duplicate the training services (including course development) for the IBM Rational DOORS requirements management application is $103,974.32. This is based upon using labor cost for Mission Oriented Business Integrated Services (MOBIS) Contract Number GS-10F-0352L. This is also based upon the premise that IBM would allow another vendor that is not a IBM certified reseller or training partner to develop and deliver course material for an IBM application. See Enclosure (4). (10) A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. Spectrum Systems Inc. IMMIX Technology Inc. PROVISTA Bay State Computers (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 the supplies or services required. During future upgrades of IBM Rational DOORS potential replacement systems will be addressed along with the required training. (12) Contracting officer certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief. Contracting Officer James A. Lassiter (13) Evidence that any supporting data that is the responsibility of technical or requirements personnel. I certify this procurement meets the Governments minimum need and the supporting data which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief Paul Lamczyk Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-PCZ302/listing.html)
- Record
- SN02806346-W 20120719/120718000910-71bc011b7b5078521ab43ef293721234 (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 |