SOLICITATION NOTICE
R -- Subject Matter Expertise for the Search and Rescue Office of the Coast Guard - Performance Work Statment
- Notice Date
- 8/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-09-R-MNG122
- Archive Date
- 9/16/2009
- Point of Contact
- Jula A. LoBosco, Phone: 2024753207
- E-Mail Address
-
julia.a.lobosco@uscg.mil
(julia.a.lobosco@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DHS Non-Disclosure Agreement Performance Work Statement for HSCG23-09-Q-MNG122 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 small business set-aside procurement is being issued in accordance with the procedures in FAR Part 12 and Subpart 16.2. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) intends to award a single Firm Fixed Price contract with a period of performance of one (1) year from the date of award plus four 12-month option periods. The solicitation number is HSCG23-09-R-MNG122 and it is being issued as a Request for Proposals (RFP) under NAICS Code 541618 (size standard: $7 million) as a 100% small business set-aside. The United States Coast Guard (USCG) currently has a need for Contractor support services to assist the Office of Search and Rescue with subject matter expertise in accordance with the attached Performance Work Statement (PWS). The estimated number of labor hours for the base period of performance of this Contract is 776 labor hours, and the estimated number of labor hours for each option period is up to 400 labor hours. Therefore, the total estimated number of labor hours for the task order if all option periods are exercised is 2,376 labor hours. We estimate approximately $2,200 in non-local travel expenses will be required during the base period and each option periods of the task order. Vendors shall include these amounts for travel in the proposal. Travel will be reimbursed with the Federal Travel Regulations. The Performance Work Statement is included and is hereby incorporated into this solicitation. EVALUATION FACTORS: The following evaluation procedures will be used for this acquisition: Relevant Technical Experience: The proposal will be evaluated to determine if the Offeror has the necessary technical experience to effectively perform the services consistent with the scope of the requirements set forth in the PWS. Relevant experience is defined as the type and quantity of work performed relating to civil Search and Rescue. Additionally, Vendors shall provide resumes for designated key personnel (PWS 1.4) and these resumes will be evaluated as part of the Vendor’s technical capability. Vendors shall confirm their ability to have the proposed personnel available upon award of this contract. Relevant Past Performance: The Government’s intent is to determine whether the Offerors consistently delivered quality services in a timely manner. Offerors must provide a maximum of two past performance references (either Government or commercial customers) that have received same as or similar services to the attached specification and delivered within the last 3 years, or in progress. The following CURRENT information MUST be provided: (1) Name of organization, (2) Current Point of Contact, Email Address and Phone Number, (3) Contract Number (4) Brief description of the services provided and (5) Contract Value. These references will be contacted. The Government reserves the right to utilize relevant past performance information other than what was submitted in the Offeror’s proposal. Price: The Government will evaluate the total overall price to determine price reasonableness for the base period as well as the option periods. Offerors shall provide their total proposed mix of labor categories, labor rates, labor hours and materials to meet all the requirements contained in the PWS. The Government shall evaluate the level of effort and the mix of labor categories proposed to perform the requirements in the PWS. Evaluation of the option years will not obligate the Government to exercise the options. BASIS FOR AWARD: The basis for award will be best value, which will be based on consideration of the following factors in descending order of importance: (1) Relevant Technical Experience, (2) Relevant Past Performance, and (3) Price. Relevant Technical Experience and Relevant Past Performance when combined are more important than Price. Please note that as the technical proposals become closer in quality, price increases in relative importance. The Government intends to evaluate proposals and award a Contract without discussions. Therefore, each initial offer shall contain the best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. SOLICITATION PROVISIONS: The following solicitation provisions apply to this acquisition: A. FAR 52.212-1: INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008). B. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION --COMMERCIAL ITEMS (FEB 2009)-ALT 1 (APR 2002): Offerors shall include a completed copy of the provision with their proposal, or reference their current certifications in the Online Representations and Certifications Application (ORCA) system. C. FAR 52.219-1 SMALL BUSINESS REPRESENTATIONS (MAY 2004)-ALT 1 (APR 2002). SOLICITATION CLAUSES: The following solicitation clauses apply to this acquisition: A. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (OCT 2008). B. FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (FEB 2009). In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1, 6, 19 through 25, and 38. C. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999). D. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000). E. FAR 52.203-8 CANCELLATION, RECISION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997). F. 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997). G. The following Department of Homeland Security (DHS) Clauses are applicable to this acquisition and are incorporated by reference: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) and HSAR 3052.242-72 Contracting Officer’s Technical Representative (DEC 2003). Contractors doing business with the Government are required to register in the Central Contractor Registration (CCR) database before they can be awarded a contract. A template containing the information for registration can be found at: http://www.ccr.gov INSTRUCTION FOR PROPOSAL CONTENT: Offeror’s proposals shall be submitted in two Volumes. Volume I shall contain information addressing the Relevant Technical Experience and Relevant Past Performance. Under the Relevant Technical Experience each proposal shall SEQUENTIALLY address the requirements in Section 5 of the PWS. Volume II shall contain the price information. Note that simply restating the requirements or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Offeror to comply with sequentially addressing all requirements or simply restating requirements or noncompliance with any of the RFP instructions may result in your proposal being rejected and eliminated from further consideration. PROPOSAL PAGE LIMIT: The page limit for Volume I is 25 pages on an 8x11 sheet with a font size of 10-12. Cover letter, Representations and Certifications (52.212.3) are not included in the page limit. The page limit for Volume II is 5 pages on an 8x11 sheet with a font size of 10-12. SOLICITATION QUESTIONS: Solicitation questions must be submitted No Later Than 12:00 Noon EST on 18 August 2009 via email to julia.a.lobosco@uscg.mil. ALL answers to questions will be posted on or before 21 August 2009. Questions received after the above cutoff date and time may not be answered. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. All Amendments to the solicitation will be posted on http://www.fedbizopps.gov. PROPOSAL SUBMISSION: Please submit both volumes to Contract Specialist, Ms. Julia LoBosco by email at julia.a.lobosco@uscg.mil before 12:00 noon EST on 1 September 2009. A confirmation email will be sent once the proposals are received. Note: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman: Interested parties who believe a specific USCG procurement 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 interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-09-R-MNG122/listing.html)
- Place of Performance
- Address: Primary Place of Performance will be the contractor's facility., United States
- Record
- SN01907352-W 20090813/090812000918-6ee2884df5a2cf6edc3408f08acd351f (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 |