Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

R -- USCG PROFESSIONAL TECHNICAL AND MANAGEMENT SERVICES FOR MARINE SAFETY, SECURITY AND ENVIRONMENT - Attachments to Combined Synopsis/Solitication HSCG23-09-R-MRP175

Notice Date
8/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General 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-MRP175
 
Archive Date
9/19/2009
 
Point of Contact
Cherish D Driver, Phone: 202-475-3197, Daniel E Olsson, Phone: 202 475 3745
 
E-Mail Address
cherish.d.driver@uscg.mil, daniel.e.olsson@uscg.mil
(cherish.d.driver@uscg.mil, daniel.e.olsson@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 6 - Department of Labor Wage Determination 2005-2104 Attachment 5 - FAR/HSAR/USCG Solicitation Clauses Attachment 4 - Past Performance Questionnaire Attachment 3 - Labor Category Descriptions Attachment 2 - MRP175 Performance Work Statement Attachment 1 - Professional Tech and Mgmt Support Svcs - MRP175 Contractor Pricing Worksheet This is a combined Synopsis/Solicitation as a 100% 8A Small Business Set-Aside for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested; and a separate written solicitation will not be issued with this combined synopsis/solicitation. This solicitation is issued as a Request for Proposal (RFP), solicitation number HSCG23-09-R-MRP175, in accordance with FAR Parts 12 & 19 to provide Professional Technical and Management Services to the United States Coast Guard Assistant Commandant for Marine Safety, Security and Environment. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, Effective 1 August 2009. The North American Industrial Classification System (NAICS) number is 541611 and the business size standard is $6,000,000. The proposed acquisition is 100% reserved as an 8A Small Business Set Aside for companies that can perform work within a 50-mile geographic radius of Washington DC. A five-year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract will be awarded to one (1) 8A company. Individual Task Orders will be issued upon award of the IDIQ Contract as either Firm-Fixed Price or Time & Materials Task Orders. The Contract Line Item Number (CLIN) structure shall consist of three CLINs per year for a 5 year period of performance: CLIN DESCRIPTIONQTY/Unit of IssueAMOUNT 00001 – BASE YEARLabor IAW Task Orders1 JB$___________ 00002 – BASE YEARNTE Travel $67,329.00 00003 – BASE YEARNTE Material/ODC$39,162.00 10001 – OPTION YR 1Labor IAW Task Orders1 JB$___________ 10002 – OPTION YR 1NTE Travel$ 64,348.87 10003 – OPTION YR 1NTE Material/ODC$ 40,336.86 20001 – OPTION YR 2Labor IAW Task Orders1 JB$___________ 20002 – OPTION YR 2NTE Travel$ 55,515.84 20003 – OPTION YR 2NTE Material/ODC$ 56,996.97 30001 – OPTION YR 3Labor IAW Task Orders1 JB$___________ 30002 – OPTION YR 3NTE Travel$ 57,181.32 30003 – OPTION YR 3NTE Material/ODC$ 58,243.38 40001 – OPTION YR 4Labor IAW Task Orders1 JB$___________ 40002 – OPTION YR 4NTE Travel$ 58,896.76 40003 – OPTION YR 4NTE Material/ODC$ 59,527.18 GRAND TOTAL [5 YEAR PERIOD OF PERFORMANCE] $________________ In addition, in order for the 8A companies to accurately propose pricing/fully burdened labor rates for this acquisition, a separately attached pricing spreadsheet [Attachment 1] is hereby provided. Each company should insert current fully burdened labor rates for the labor categories listed, G&A Percentage for Travel/Material Other Direct Costs (ODCs), if any, and a total price for each year as well as for the entire 5 year period of performance. The Government has provided the estimated labor hours per each labor category for the 5 year period of performance as well as the Not To Exceed (NTE) amounts for Travel and Material/ODC. The formulas provided in the pricing sheet shall be adhered to. The Government has estimated a total of 527,570 labor hours for the 5 year period of performance which consists of a total of 12,422 estimated Contractor Site labor hours for Fiscal Year (FY) 2010 and 13,187 estimated Contractor Site labor hours for FYs 2011-2014; and a total of 97,096 estimated Government Site labor hours for FY 2010 and 91,326 estimated Government Site labor hours for FYs 2011-2014 per year. In addition, the Government has estimated a total amount of $303,271.79 as NTE travel costs and $254,266.39 as NTE Material/ODC for the 5 year period of performance. The Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Performance Work Statement (PWS) is hereby attached as a separate document (Attachment 2) for all services to be provided under this requirement. A list of labor categories with well-defined experience parameters is hereby attached as a separate document (Attachment 3). The provisions at 52.212-2 - Evaluation - Commercial Items applies to this acquisition. Add to 52.212-2 "The government will award a five year contract [Base with 4 Option years] resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is the most advantageous to the government, price and other factors considered. All responsible 8A small business sources may submit a proposal, which shall be considered by the agency. Please note that services will be performed in accordance with the attached Performance Work Statement [PWS]. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. The following factors shall be used to evaluate offers: Factor 1 - Technical Approach - The Government will evaluate each Offeror’s Technical Approach for the purpose of determining the Offeror’s understanding of the Performance Work Statement (PWS) requirements (see Attachment 2). The technical approach proposed by the Offeror is critical to the success of this effort. Therefore, the technical approach proposed by the Offeror to accomplish each phase of the PWS tasks must be explicitly explained and presented in the proposal so as to provide the USCG with a complete description of how the effort will be performed demonstrating knowledge of Government-wide policies and regulations, demonstrating skill in applying program evaluation and measurement techniques for compliance with rules and regulations issued by the Government. This includes a comprehensive discussion of the issues relevant to successfully performing and completing the outlined tasks, the interrelation and complexity of the tasks, identification of anticipated problems, limitations or constraints in performing the work and solutions. The proposal shall demonstrate a thorough understanding and compliance with the schedule of deliverables, milestones, and timetables as described in Requirements (PWS 5.0) and other applicable sections. Factor 2 - Management Approach - The Government will evaluate each Offeror’s Management Approach/Plan for the purposes of determining how well their management plan demonstrates its ability to sustain adequate resources throughout the life of the IDIQ Contract that will be needed to successfully meet all of the PWS requirements (see Attachment 2). The management approach proposed by the Offeror is critical to the success of this effort. Therefore, the management approach must be explicitly explained and presented in the proposal so as to provide the USCG with a complete description of how the effort will be managed. The management approach shall clearly describe a complete understanding by task of the required actions, anticipated workload, labor needs by type, experience and by describing management controls that will be established and used to monitor individual and/or overall tasks to include the mechanism for retaining the proposed labor skill mix. Factor 3 - Relevant Past Performance – Offerors shall provide the USCG Past Performance Questionnaire (see Attachment 4) to a minimum of three (3) not to exceed five (5) references requesting the Questionnaire be completed and returned to Ms. Cynthia Wilson via e-mail at Cynthia.A.Wilson@uscg.mil. The past performance will be evaluated after a determination of relevancy has been determined. In determining whether past performance information is relevant or not relevant, consideration will be given to contracts of similar project complexity, scope, type, and schedule. Offeror(s) may be asked for additional information about problems encountered and corrective actions taken when negative information has been submitted by references. If past performance information is either not relevant or not available, then the offeror will be rated neutral (neither favorably nor unfavorably). In addition, the Contracting Officer has the discretion to retrieve information via the offeror’s supplied references and federal sources to include the Past Performance Information Retrieval System (PPIRS) and the Excluded Parties List System (EPLS). Relevant past performance shall consist of a list of similar contracts, delivery orders, purchase orders and/or subcontracts completed during the past 3 years, a list of similar contracts, delivery orders, purchase orders and/or subcontracts currently in progress, or a combination of similar contracts, delivery orders, purchase orders and/or subcontracts that have either been completed in the past 3 years or are currently in progress. Similar contracts, delivery orders, purchase orders, and/or subcontracts listed may include any contract, delivery order, purchase order and/or subcontract larger than $2,500 entered into by the Federal Government, agencies of state and local governments and commercial customers. Offerors that are newly formed entities without prior similar contracts, delivery orders, purchase orders and/or subcontracts shall list similar contracts, delivery orders, purchase orders and/or subcontracts as required above for proposed key personnel. Provide the following information for each contract, delivery order, purchase order, and/or subcontract: (A)Name of Contracting Activity (B)Contract Number (C)Contract Type (D)Total Contract Value (E)Description of Contract Work (F)Contracting Officer (or equivalent) Name and Telephone No. (G)Program Manager (or equivalent) Name and Telephone No. (if applicable) (H)Contracting Officer's Technical Representative (or equivalent) Name and Telephone No. (I)Administrative Contracting Officer (or equivalent) Name and Telephone No. (if different from F) (J)List of first-tier subcontractors (if applicable) The offeror may provide information on both problems encountered and corrective actions taken to resolve those problems on the contracts, delivery orders, purchase orders and/or subcontracts identified. The offeror should not provide general information on their performance on the identified contracts, delivery orders, purchase orders and/or subcontracts. General performance information will be obtained from the references provided by the vendor. The offeror may describe any quality awards or certifications that indicate the vendor possesses a high-quality process for developing and producing the product or service required. Such awards or certifications include, for example, the Malcolm Baldridge Quality Award, other government quality awards, and private sector awards or certifications. Identify what segment of the company (one division or the entire company) that received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over 3 years old, present evidence that the qualifications still apply. Factor 4 – Price – The fully burdened labor rates proposed under Attachment 1 shall adhere to the current Wage Determination 2005-2104 and are subject to the Service Contract Act. Factor 1 – Technical Approach Factor 2 – Management Approach Factor 3 – Relevant Past Performance to include quality, cost control, timeliness, and business relations. Factor 4 – Administrative and Price Quote Technical Approach, Management Approach and Past Performance are listed in descending order of importance and when combined, are more important than price. Factor 1 – Technical Approach The proposal will be evaluated on how well it demonstrates the offeror’s understanding of the requirements in the Performance Work Statement. Factor 2 – Management Approach The proposal will be evaluated on how well the offeror’s proposed management plan demonstrates it ability to sustain adequate resources throughout the life of the IDIQ Contract that will be needed to successfully meet all the requirements of the PWS. Factor 3 – Relevant Past Performance - The Government will evaluate the offeror's and (if applicable) its principal subcontractors' demonstrated past performance for meeting technical (delivering quality products) requirements, meeting schedule requirements, controlling contract cost, and managing the contracted effort on similar contracts. Problems not addressed by the offeror will be considered to still exist. However, consideration for discounting problems may be given when those problems are addressed through demonstrated and/or documented corporate improvement. The Government may use information other than that provided by the vendor in its evaluation of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the vendor will receive a “neutral” rating and will not be evaluated favorably or unfavorably for past performance. Factor 4 – Price - This factor will be evaluated for completeness of the price data as provided in the pricing spreadsheet (Attachment 1). 3. BASIS FOR AWARD – TRADE-OFF PROCESS The Government will award an IDIQ Contract for a period of 5 years resulting from this RFP to the responsible Offeror whose offer conforming to the solicitation will be determined to be the best value for the Government, all factors considered. Prospective offerors are advised that in consideration of Best Value a proposal meeting the solicitation requirements with the lowest price may not be selected if award to a higher priced offeror is determined to be more advantageous to the Government. This IDIQ Contract shall be awarded to the company determined to represent the best value to the USCG. Period of Performance: Base Year - 1 October 2009 to 30 September 2010 w/4 one-year options. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, and no addenda applies. The provisions at 52.212-2 - Evaluation--Commercial Items applies to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 2, 6, 8, 14, 17, 19, 20, 21-25, 37 and (c) 1, 3. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following DFARS: 252.204-7004, Required Central Contractor Registration. The full text of any provision can be accessed electronically at http://farsite.af.mil. In addition, the following FAR and HSAR Clauses [Attachment 5] apply to this requirement: FAR 52-204-9 Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.224-2 Privacy Act (APR 1984) FAR 52.227-14 Rights in Data – General (DEC 2007) HSAR 3052.204-71 – Contractor Employee Access (JUN 2006) ALT II (JUN 2006) HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) HSAR 3052.209-72 Organizational Conflict of Interest (JUN 2006) HSAR 3052.242-72 Contracting officer's technical representative (DEC 2003) Organizational Conflicts of Interest for Contractor Awarded by the U.S. Coast Guard Office of Contract Operations This RFP is subject to the Service Contract Act [see Attachment 6 - Department of Labor (DOL) Wage Determination 2005-2104 Revision No. 10] QUESTIONS Any questions or concerns regarding any aspect of this RFP shall be forwarded to Ms. Cynthia Wilson, Acquisition Support, via e-mail at Cynthia.A.Wilson@uscg.mil by August 27, 2009 so that they can be addressed prior to the submission of your proposal. PROPOSAL SUBMISSION DEADLINE Please submit your proposal (original and 3 copies with a cover letter) to the attention of the Senior Contract Specialist, Ms. Cherish Driver or Michael Clarkson, Acquisition Support, via hand-delivery (see Hand Delivery address below) on or before 12:00 PM EST, on September 04, 2009. This combined synopsis/solicitation (RFP) shall not be considered direction to proceed with the subject effort, nor a promise of future direction to proceed. Offerors are solely responsible for this RFP’s submission costs. Hand Delivery Commandant (CG-91222A/CDD) U.S. Coast Guard Headquarters 1900 Half Street, Jemal Bldg., Room 11-0338 Washington DC 20593-0001 Attn: Ms. Cherish Driver Offers must be received NLT 12:00 PM Eastern Standard Time, 4 September 2009. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please contact Daniel Olsson, Contracting Officer, 202-475-3745 or email to Daniel.E.Olsson@uscg.mil in Ms. Driver’s absence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-09-R-MRP175/listing.html)
 
Place of Performance
Address: USCG Headquarters G-MSE, 2100 SECOND ST., SW, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN01916024-W 20090820/090819000453-a5ba7355097c7052c07fc064046d83f0 (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 |
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.