SOLICITATION NOTICE
76 -- Federal Marine Fisheries Regulations - Statement of Work
- Notice Date
- 5/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511199
— All Other Publishers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG8-09-Q-MLE038
- Archive Date
- 6/18/2009
- Point of Contact
- Emmanuel J Jones, Phone: 202-372-4070
- E-Mail Address
-
emmanuel.j.jones@uscg.mil
(emmanuel.j.jones@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW for Federal Marine Fisheries Regulation to the United States Coast Guard (USCG). DESCRIPTION: The U.S. Coast Guard intends to procure Federal Marine Fisheries Regulations Service to the United States Coast Guard (USCG). This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on an Unrestricted basis. SCOPE: ***PLEASE SEE ATTACHED STATEMENT OF WORK (SOW)*** HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 9:00 AM, ET, June 3, 2009. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) History (current or within the last 18 months) of projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price “broken out by labor hours, labor category, materials, and other direct costs”. Offerors must submit an original and one copy of the proposal to Emmanuel Jones, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Emmanuel.J.Jones@uscg.mil are PREFERRED, but must be timely. Proposal Evaluation Criteria: Proposals will be evaluated based on price-price related factors: Lowest cost technically acceptable. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2009). 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (APR 2009) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998). 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by e-mail Emmanuel.J.Jones@uscg.mil. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 9:00 AM ET, June 3, 2009. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-09-Q-MLE038/listing.html)
- Place of Performance
- Address: 2100 2nd St. SW, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN01820396-W 20090517/090516162228-2d523fd0e5d02a68cebee1314ccbc9dd (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 |