The RFP Database
New business relationships start here

Confined Space Entry and Rescue Training Courses


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, reference solicitation number HSCG23-17-R-XE1069, for Confined Space Entry and
Confined Space Rescue Training to be performed at three National Strike Force Strike Teams (NSFSTs) locations and they are: Atlantic Strike Team: Fort Dix; Gulf Strike Team: Mobile, Alabama; and Pacific Strike Team: Novato, California. This is a combined synopsis/solicitation for education and training services 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 North American Classification System Code is 611430 for Professional and Management Development Training, and the small business size standard is $11.0M.


This is a Total Small Business set-aside requirement, per FAR Part 19, and any qualified Offerors may submit proposals. Submissions that do not meet the small business requirement will not be considered.


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 Items, applies to this solicitation. 52.212-2, Evaluation - Commercial Items, 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.


OFFEROR SUBMISSION FORMAT AND INSTRUCTIONS:


In responding to the subject RFP, it is the Offeror's responsibility to provide current, relevant, compliant, and accurate information in their proposal. The Coast Guard assumes no responsibility to obtain clarifications for vague, incomplete, or incorrect proposal information. The Coast Guard will not reimburse Offerors' proposed costs.


Proposals shall set forth any exceptions/assumptions taken with regard to the SOW or any other aspect of the RFP, including but not limited to any supporting price information such as labor categories, labor hours, and labor rates to support the CLIN prices in the Pricing Spreadsheet in Attachment (2).


Proposals shall be marked "Source Selection Sensitive."


Proposals shall have technical and price proposals divided into two (2) separate, independent, volumes, and organized into the following manner:


(1) Volume 1- Technical Proposal (Non-Price):


Volume 1 shall be PDF, legible font size, and shall not exceed five (5) pages. The Technical Proposal shall be separate from the Price Proposal and must not contain any reference to price. The Offeror shall submit a draft course agenda, course evaluation questionnaire, and course manuals, handouts, tests in their proposal submission. Resumes cover pages, and tables of contents DO NOT count against page limitation.


(2) Volume 2 - Price Proposal


Volume 2 shall be Microsoft Excel spreadsheet containing supporting data for the price on a Firm-Fixed Price (FFP) basis with one reimbursable travel CLIN, in the form of labor categories, rates, and hours for the price proposed shall be provided to help expedite the determination of fair and reasonable pricing. The anticipated PO includes a contract line item number (CLIN) for anticipated travel that will be issued on a reimbursable basis in accordance with FAR 31.205-46, Travel Costs. Reimbursement shall be limited to the types and amounts of expenses established in the Federal Travel Regulations. At a minimum, please also include appropriate data on the prices at which the same services has previously been sold. The proposed price for the training shall be inclusive of materials for up to twenty (20) students for Confined Space Entry Training and twelve (12) students for the Confined Space Rescue Training.


Offerors shall provide the following in Volume 2 in order to be considered compliant:


(1) A completed Pricing Spreadsheet for all CLINS.
(2) Accompanied with the Pricing Spreadsheet in follow-on pages the offeror shall provide supporting information to support each of the CLIN prices that clearly breaks down the labor categories, rates, any discounts, and prices proposed for each CLIN.
(3) Labor categories and labor rates.
(4) Proposals shall set forth any exceptions/assumptions taken with regard to the SOW or any other aspect of the RFP. Proposals shall set forth any other information that the offeror finds necessary and pertinent to their proposal.



EVALUATION CRITERIA


Proposals submitted in response to this Request for Proposal (RFP) will be evaluated based on the following criteria:


Evaluation Criterion 1: Technical Capability and Approach


The Government will evaluate the Offeror's Technical Capability and Approach to determine their ability to meet or exceed all of the requirements in the SOW. The technical evaluation for the Technical Capability and Approach criterion will be attained through a determination and analysis of using the tradeoff process (strengths, weaknesses, significant weaknesses, and deficiencies). Technical risk will be included in the final evaluation of the Technical Capability and Approach, and will not be evaluated as a separate factor. Technical risk is an overall assessment derived from the technical evaluation and is inclusive of each evaluation. In the assessment of technical risk, Government evaluators will consider all available information submitted in the proposal.



Evaluation Criterion 2: Price


The Government will evaluate the Offeror's total overall price to determine price reasonableness. The USCG reserves the right to request Other Than Cost or Pricing Data, if deemed necessary.



BASIS FOR AWARD
Selection for award of a Purchase Order (PO) shall be to the responsible Offeror whose proposal contains the combination of those evaluation criteria offering the best value to the Government using the tradeoff process. The best value basis for award will be based on consideration of the following evaluation criteria: (1) Technical Capability and Approach (Non-Price), and (2) Price.


Offerors that do not submit all the information required, may not be considered for award.


Period of Performance: 45 days from the date of contract award with three (3) 45-day option periods.


Place of Performance Address:


1. Atlantic Strike Team: Fort Dix, New Jersey
2. Gulf Strike Team: Mobile, Alabama
3. Pacific Strike Team: Novato, California


Please see attached RFP No. HSCG23-17-R-XE1069 for further information regarding this opportunity:
Any questions or concerns regarding any aspect of this RFP shall be emailed to Mr. Christopher A. Wellons at Christopher.A.Wellons@uscg.mil with copy to Ms. Nakenia Spruill at Nakenia.S.Spruill@uscg.mil before close of business 16:00 pm EST on Tuesday, 29 August 2017.


Please submit quotations via email to Mr. Christopher A. Wellons at Christopher.A.Wellons@uscg.mil before 12:00 pm EST on Friday, 01 September 2017 with copy to Ms. Nakenia Spruill at Nakenia.S.Spruill@uscg.mil. When responding, please include "HSCG23-17-R-XE1069" in the subject line of the email.


Christopher A. Wellons, Phone 2024753237, Email christopher.a.wellons@uscg.mil - Nakenia Spruill, Contracting Officer, Phone 2024753512, Email Nakenia.S.Spruill@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP