SOLICITATION NOTICE
R -- PROSCI, Change Management Training - SOW
- Notice Date
- 8/16/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-17-Q-PFF030
- Archive Date
- 9/7/2017
- Point of Contact
- Wendy M Stevenson, Phone: 202-475-3214, Marvin F. Williams, Phone: 2024753760
- E-Mail Address
-
wendy.stevenson@uscg.mil, marvin.f.williams@uscg.mil
(wendy.stevenson@uscg.mil, marvin.f.williams@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Pricing HSCG23-17-Q-PFF030 Clauses Training SOW The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number HSCG23-17-Q-PFF030, for a three-day PROSCI, Change Management Training to be held for twelve at USCG Headquarters, in Washington DC. 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; proposals are being requested and a written solicitation will not be issued. The applicable NAICS code is 611430 - Professional and Management Development Training. The SBA small business size standard is $11,000,000.00. This is an unrestricted requirement. The attached Statement of Work (SOW) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. 52.212-2, Evaluation - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer and the "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Terms and conditions necessary for this acquisition and consistent with customary commercial practices are found in Attachment 3: Clauses and Provisions. Quotes shall include the following: (1) Technical Capability This document shall include written information that pertains to the Offeror's technical capability to provide the training as specified in the statement of work (SOW). The Offeror shall also provide proof of its company and instructors holding qualification/certification from to provide aforementioned training. (2) Responsibility • Quote must include company's address, DUNS Number, CAGE CODE, and Tax ID Number. • The entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). (3) Price • The Offeror shall provide a price quote on a Firm-Fixed Price (FFP) basis. The Offeror shall provide pricing in the format outlined in Attachment 2 Pricing HSCG23-17-Q- PFF030. Basis for award: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order to the lowest price and technically acceptable (LPTA) offer. Offerors that do not submit all of the information required, may not be considered for award. Refer to provisions 52.212-1 and 52.212-2 for offer requirements and evaluation of offers and DHS clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) for required "fill in" information. The Government anticipates making an award without discussions. Period of Performance: 3-Day Preferred training to be held - #1 choice: Week of 13 - 15 September 2017 #2 choice: Week of 20 - 22 September 2017 Place of Performance Address: USCG Headquarters, Washington DC 20593 Evaluation: (1) Technical Capability The Government will evaluate the Offeror's technical capability to determine whether the organization and instructors proposed have the qualifications and capability to meet the requirements of the SOW. (2) Responsibility The Government will evaluate ALL prospective offerors for responsibility, determined by an active SAM record submission. (3) Price The Government will evaluate all proposed prices to determine price reasonableness. Any questions or concerns regarding any aspect of this RFQ shall be emailed to Ms. Marvin Williams at marvin.f.williams@uscg.mil with copy to Ms. Wendy Stevenson at wendy.stevenson@uscg.mil before 8:00 am EST on Monday, 21 August 2017. Please submit quotations via email to Mr. Marvin Williams at marvin.f.williams@uscg.mil before 4:00 pm EST on Wednesday, 23 August 2017 with copy to Ms. Wendy Stevenson at wendy.stevenson@uscg.mil. When responding, please include "HSCG23-17-Q- PFF030" in the subject line of the email. Attachments: (1) Statement of Work (2) Pricing sheet (3) Clauses and Provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-17-Q-PFF030/listing.html)
- Place of Performance
- Address: USCG HDQTRS, 2703 Martin Luther King Jr. Ave SE, Washington DC 20593-7828, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN04632261-W 20170818/170816232650-4e9abdc314aa9173ab438c236252b03c (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 |