Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

R -- Support to State and Local Watch, Homeland Security Operations Center

Notice Date
8/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCGHS-03-R-FAA171
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Yolanda Bell, Contract Specialist, Phone 202-267-6206, Fax 202-267-4019,
 
E-Mail Address
ybell@comdt.uscg.mil
 
Description
COMBINED SYNOPSIS AND SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is DTCGHS-03-R-FAA171, which is a request for proposals (RFP). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-27. NAICS code is 541519. The period of performance for the support is twelve (12) months from date of award, with one 1-year option period. The objective of this effort is to provide staffing support at the TS/SCI clearance level to the State & Local Watch, U.S. Department of Homeland Security Operations Center, Washington, D.C., for services outlined in the Statement of Work (SOW) posted on the FedTeds.gov website. To gain access to the SOW, interested parties should register at http://www.fedteds.gov and then email their registration information (i.e. company name, POC) to the contract specialist at ybell@comdt.uscg.mil, citing Solicitation DTCGHS-03-R-FAA171 in the subject line. The contractor shall provide a project manager who shall be responsible for all work performed under this contract and shall be a single point of contact for the Contracting Officer and designated representatives of the contracting officer. The name of this person and the name(s) of any alternate(s) who shall act for the contractor when the project manager is absent shall be stated in writing to the contracting officer 10 working days after contract award date. During any absence of the project manager, only one alternate shall serve as the Government contact point. The project manager and any designated alternate(s) shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The project manager and all designated alternates shall be able to read, write, speak and understand English fluently. The contractor shall furnish all personnel, support and services necessary for the performance of the contract, except for those items listed in paragraph 3.0 of the SOW. This RFP will use ?Oral Presentations? as one of the major factors for the Government to evaluate your proposal. Oral Presentations is a technique to deliver information verbally in lieu of the more traditional written form. Your Oral Presentation shall be in accordance with the following outline: Demonstrate your company?s capability to perform, and understanding of the requirements in the SOW; Describe the technical approach and management approach your company proposes to accomplish the tasks in the SOW; Identify the milestones or work breakdown structures your company proposes for accomplishing the tasks in the SOW; Identify the labor categories and any other contract line items from your company's GSA FSS contract (if applicable) that you propose to utilize in performing the tasks in the SOW; Describe which portions of the SOW effort would be subcontracted by your company, if any; Identify the deliverables for the SOW; and Describe the number of hours your company proposes to accomplish the work effort for each item, milestone or work breakdown structure for the tasks in the SOW. Hard copy handouts of your presentation as described above shall be provided to the Contracting Officer one (1) day ahead of your scheduled Oral Presentation. No other handouts or supplemental notes of any kind will be accepted by the Government before, during or after the Oral Presentation. No previously recorded videotapes of any kind will be accepted. The hard copy handouts submitted by you for your Oral Presentation shall be identical to what is presented on the projection screen. There is no limit on the number of screen prints that you may use. Slides used for Oral Presentations may be blue, black, or white in color and shall have a minimum font size of 16 points. Oral Presentation slides should be written in clear and concise English, and should not include unnecessarily detailed technical information. You shall not record (via audio or video) your Oral Presentation; however, the Government will videotape the Oral Presentation. Upon written request, you will be provided a copy of the videotaped Oral Presentation after award. The videotape of the Oral Presentation is considered part of your proposal and is protected under the Freedom of Information Act. When evaluating your Oral Presentation, the Government will consider only those pages of the hard copy handout that were actually projected and addressed by you during your Oral Presentation. Time Limit for Oral Presentation. You will be afforded a maximum of one hour to make your Oral Presentation. The Question and Answer Session conducted by the Government at the end of the Oral Presentation will not count against that limit. The amount of time that you afford to each topic is entirely at the your discretion. Government Communication with the Offeror after Oral Presentation Session. At the conclusion of your Oral Presentation, Government personnel in attendance may question your representatives in order to (a) enhance the Government?s understanding of the content of the Oral Presentation; (b) allow reasonable interpretation of the Oral Presentation; and/or (c) help evaluate the Oral Presentation. You will be expected to respond to the questions as asked. During the question and answer session, you will not be permitted to refer to data or pages in the hard copy handouts that were not projected and addressed during your Oral Presentation. The only time that Government personnel may interrupt you during your Oral Presentation would be to request that you repeat statements that were inaudible or to explain unfamiliar terms. Attendees at the Oral Presentation. The Government may invite any Government personnel who are involved in evaluating proposals and/or are part of the source selection process. You shall invite a maximum of five representatives, which should include your proposed Key Personnel. The selection of other representatives is entirely at your discretion; however, professional speakers and/or consultants shall not attend. IMPORTANT: Please note that the actual employees that will be providing the Watch service MUST be present at the Oral Presentations. Scheduling of Oral Presentations ? Contractor will be contacted by the contract specialist to schedule oral presentations. You shall make your Oral Presentation in accordance with the instructions contained in this RFP and any additional instructions that the Contracting Officer may provide. If deemed necessary, the Contracting Officer may reschedule the Oral Presentation. The Contract Specialist will: inform you when to start your Oral Presentation, keep track of how much time has elapsed during the Oral Presentation, and stop the Oral Presentation at the end of the allotted time period. Proposals will be evaluated according to the following: Approach to Staffing and Operations, Past Performance, Qualifications of Personnel, and Price. The following FAR provisions apply: FAR 52.212-1, Instructions to Offerors ? Commercial Items; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; 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. FAR 52.237 - Service Contract Act. Responses shall include relevant pricing and service information. Proposals/Oral Presentations must be completed by 2:00 PM EST on September 10, 2003. POC for this effort is Ms. Yolanda Bell ybell@comdt.uscg.mil, phone 202-267-6206, fax 202-267-4475l.***** NOTICE TO OFFERORS?SOLICITATION OMBUDSMAN PROGRAM It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, DC 20593-0001 FAX: 202-267-4011 For information regarding this synopsis/solicitation, please telephone Ms. Yolanda Bell at 202-267-6206.
 
Record
SN00413237-W 20030829/030827213055 (fbodaily.com)
 
Source
FedBizOpps.gov 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.