MODIFICATION
R -- Competitive Sourcing Consultant
- Notice Date
- 5/11/2007
- Notice Type
- Modification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54C, Alameda, CA, 94501-5100, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG89-07-R-68F096
- Response Due
- 5/30/2007
- Archive Date
- 6/14/2007
- Point of Contact
- Susan Lawson, Contract Specialist, Phone 510-437-5942, Fax 510-437-3014, - Lee Askelson, Contracting Officer, Phone 510-437-3178, Fax 510-437-2793,
- E-Mail Address
-
Susan.B.Lawson@uscg.mil, Dennis.L.Askelson@uscg.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- Remove: HSAR 3052.245-70 Government Property Reports (Jun 2006) Insert: 1. 52.216-18 ORDERING (OCT 1995) Such orders may be issued from 1 July 2007 through 30 June 2012. 2. FAR 52.216-19 ORDER LIMITATIONS. (OCT 1995) Minimum order. (a) less than $1000.00, (b) Maximum order. The Contractor is not obligated to honor-- (1) in excess of $150,000.00: (2) in excess of $150,000.00; or (3) within 30 days (d) within 10 days 3. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (f) 365 days after contract expiration. 4. GUARANTEED MINIMUMS . Minimum guarantee is $4,480.00. Change to Period of Performance: Base Period: 01 July 2007 through 30 June 2008 Option Year 1: 01 July 2008 through 30 June 2009 Option Year 2: 01 July 2009 through 30 June 2010 Option Year 3: 01 July 2010 through 30 June 2011 Option Year 4: 01 July 2011 through 30 June 2012 I. ADDENDA ? SCHEDULE OF SUPPLIES/SERVICES ? Standard Form 1449, Blocks #19 through 24 (continued) Note A: Labor is amended to include. The quantities provided above are for evaluation purposes only and are not a guarantee the Government will order more than the minimum amount guaranteed. In addition, the Contractor shall demonstrate in their proposed staffing plan their ability to provide qualified personnel to meet simultaneous requirements for qualified personnel consistent with the ordering provisions of this contract. The following is added to the Statement of Work C-7.0 Contractor Personnel: C.7.1 Review and Approval of Qualifications The Contractor is expected to hire personnel who have the qualifications to fill the roles assigned to them without a requirement for training. If the Contractor chooses to train a current employee, the training shall be funded by the Contractor and taken while the Contractor employee?s time is not being billed to the USCG. Contractor employees may receive training at Government expense if the Agency requires the Contractor to gain familiarity with a new technology or practice that, in the judgment of the COTR, the Government could not have reasonably expected the Contractor staff to have possessed previously. C.7.3 SURGE PERIODS The Contractor shall manage any replacement/or addition of key personnel in such a manner to ensure continuity of Task Order performance. Any replacement/addition is subject to the same Government review and approval for technical sufficiency as occurred during the pre-Task Order phase. The Contractor shall not hire any Coast Guard military or civilian employees, even on a part-time or temporary basis (excluding retired). C.11 TASK ORDERS C.11.1 When Task Hour work is required, the Contracting Officer will request a proposal from the Contractor to establish the labor hours proposed for the task. The price paid for Task Hour work will be based on the labor rates in Section B of the Contract. The number of hours and material costs of each order will be negotiated. Overtime must be authorized by the Contracting Officer. C.11.2 All Task Orders are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any Task Order. C.11.3 Task Hour Task Orders under this contract shall be issued by the Contracting Officer on an OF-347, and shall contain the following information: (a) Date of order (b) Contract number and Task Order number (c) Item number, and description, quantity ordered and contract price (d) DAFIS document number (e) Delivery or performance date (f) Place of delivery or performance (g) Packaging, packing, and shipping instructions, if any (h) Accounting and appropriation data (i) Any other pertinent information C.11.4 A Task Hour Task Order may be placed by written performance directive, or in emergency circumstances, by verbal order, fax, or email in accordance with FAR 52.216-18. Information described in paragraph 1 above shall be furnished to the contractor at the time of order. An emergency order will be confirmed with a Form OF-347 task order within three (3) work days after a call is placed. C.11.5 AUTHORIZED ORDERING OFFICERS Only a Contracting Officer from the Maintenance and Logistics Command, Pacific (fcp) located in Alameda California can place Orders under this contract. C.11.6 HOURS OF WORK Contractor personnel are expected to interface with Coast Guard personnel and may be required to attend meetings and perform surveys during normal business hours which are Monday through Friday 730-4:00. Actual hours of work and timelines will be agreed upon at task order start up and work outside of normal work hours or in excess of 40 hours in any given weekly period, if required and authorized, will be addressed on a case-by-case basis between the Contracting Officer Technical Representative and the Contractor. FAR 52.212-1 Instructions to Offerors?Commercial Items (Sept 2006) (b)? Addendum: Technical Proposal: Offerors must provide a Technical Proposal that addresses the following non-price factors: 1. TECHNICAL CAPABILITY Offerors shall demonstrate they have the technical capability to accomplish the following requirements consistent with the Statement of Work: A. Understanding of Government Competitive Sourcing competition work requirements 1) Provide proposed approach to demonstrate range of requirements involved in Competitive Sourcing activities. 2) Demonstrate knowledge of Government Competitive Sourcing processes, roles and responsibilities of program participants. 3) Demonstrate ability to provide Post MEO competition/performance assistance. B. Training/Communications 1) Provide history of presentation and availability of formal Competitive Sourcing training material to include COMPARE. 2) Provide examples of development of formal presentations relevant to Competitive Sourcing competitions. 3) Provide examples of documents proposing policy/actions to be taken within Competitive Source planning and competition activities. C. Experience of Key Personnel 1) Provide resume for all personnel showing range of related expertise. 2) Provide Staffing Plan 2. PAST PERFORMANCE The offeror shall provide, as part of its offer, the following information: 1. Information on not more than three similar contracts completed in the 3 year period preceding the date of this Solicitation. This information shall include the following: a. Name and location of project with a general description of tasks accomplished. b. The name of the Contracting Officer and/or their representative, including address, telephone number, FAX number, and e-mail address (if available). c. Dollar value of the contract. d. Please provide the Past Performance Survey (attachment 7) to three prior employers and request they send a completed copy to this office. 2. Offeror shall demonstrate relevant past experience in the following areas: a. Demonstrates satisfactory relevant/related past work experience during the last three years 1) Overall/general to Fair Act Competitive Sourcing 2) Specific to USCG and/or PACAREA activities b. Demonstrates a range of related expertise 1) Program management/support, competitive source planning 2) MEO and PWS development 3) training and Post Competition accountability c. Competitive Sourcing knowledge is demonstrated by involvement in Competitive Sourcing related training/presentations, or involvement in high level activities (HQ Planning, policy/development) 1) Overall/general to Competitive Sourcing 2) Specific to USCG and/or PACAREA activities Price Proposal: 1. Offerors must complete and return the original solicitation insuring that the following forms and provisions are completed: a. Standard form 1449 (Sign block 30a. and complete Blocks 30b. and 30c.) b. Schedule of Supplies/Services, page 2 through 6 of the solicitation. (Note: Failure to submit prices for all items and all option years could result in rejection of your proposal.) c. FAR provision 52.212-3 Offeror?s Representation and Certifications ? Commercial Items (May 1999). 2. Offeror shall provide a price breakdown which shall include, as a minimum: labor rates, travel, taxes, per diem, overhead, general and administrative expenses, and profit. The Price Proposal represents the Offeror?s most realistic price in response to the Statement of Work requirements. The Price Proposal will present the Offeror?s understanding of these requirements and the Offeror?s ability to organize and perform the work efficiently. The Government will evaluate the Price Proposal for price realism and for reasonableness. Offerors shall complete all line items; CLINs 0001, 0002, 0003 and Net Price. (See I. ADDENDA ? SCHEDULE OF SUPPLIES/SERVICES) 3. Offerors must provide pre-award survey information. Before the Government can award the contract, it must make an affirmative determination of the offeror?s responsibility. As a minimum, the following information is required to assist in making the determination: a. Company checking/savings account. The name and address of your financial institution, account number(s), and the name, title, and telephone number of the individual at your company?s financial institution that you have authorized in writing to release information to the Contracting officer. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 52.212-2 Evaluation?Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Total Price ? will be evaluated but not rated (ii) Technical Capabilities: a. Understanding of Government Competitive Sourcing competition work requirements 1) Proposed approach demonstrates a range of requirements involved in Competitive Sourcing activities 2) Demonstrates knowledge of Government Competitive Sourcing processes , roles and responsibilities of program participants 3) Demonstrates ability to provide Post MEO competition/performance assistance b. Training/Communications 1) Provided history of presentation and availability of formal Competitive Sourcing training material to include COMPARE 2) Provided examples of development of formal presentations relevant to Competitive Sourcing competitions 3) Provided documents proposing policy/actions to be taken within Competitive Source planning and competition activities. c. Experience of Key Personnel 1) Provided resume for all personnel showing range of related experience 2) Staffing plan to include how to manage peak periods during Competitive Sourcing Source Selection Phases (iii) Past Experience: a. Demonstrates satisfactory relevant/related past work experience during the last three years 1) Overall/general to Fair Act Competitive Sourcing 2) Specific to USCG and/or PACAREA activities b. Demonstrates a range of related expertise 1) Program management/support, competitive source planning 2) MEO and PWS development 3) training and Post Competition accountability c. Competitive Sourcing knowledge is demonstrated by involvement in Competitive Sourcing related training/presentations, or involvement in high level activities (HQ Planning, policy/development) 1) Overall/general to Competitive Sourcing 2) Specific to USCG and/or PACAREA activities Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total estimated price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
- Place of Performance
- Address: Coast Guard Island, Alameda, CA
- Zip Code: 94501-5000
- Country: UNITED STATES
- Zip Code: 94501-5000
- Record
- SN01292902-W 20070513/070511220844 (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 |