Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

R -- NSC3 USCG STRATTON Commissioning Ceremony - HSCG23-11-R-ADB575 Solicitation Package

Notice Date
6/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
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
HSCG23-11-R-ADB575
 
Point of Contact
Robin T Dorsey, Phone: 2024753006, Rita J. Wilson, Phone: 2024753413
 
E-Mail Address
robin.t.dorsey@uscg.mil, rita.j.wilson@uscg.mil
(robin.t.dorsey@uscg.mil, rita.j.wilson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The attached document includes the 1449 Cover Page, the SOW, and Enclosure 1 (Past Performance Questionaire). NSC 3 USCGC STRATTON COMMISSIONING COMBINED SYNOPSIS SOLICITATION SOLICITATION NUMBER: HSCG23-11-R-ADB575 SOLICITATION START DATE: 14 June 11 SITE VISIT ATTENDEE LIST: 30 June 11 SITE VISIT: 6 July 11 QUESTION & ANSWERS: 11 July 11 SOLICITATION END DATE: 29 July 11 ***************************************************************************** This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. The solicitation number for this procurement is HSCG23-11-R-ADB575, and is issued as a Request for Proposal (RFP). The acquisition is being conducted using the policies in FAR Part 12, Acquisition of Commercial Items, in conjunction with the policies and procedures prescribed in FAR Subpart 13.5, Test Program for Certain Commercial Items. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective 1 February 2010. The applicable North American Industrial Classification System Code is 561920 and the small business size standard is $7 Million average annual receipts. As a result of this combined synopsis/solicitation, the Government intends to award a single contract on a Firm-Fixed Price (FFP) basis for contractor support services to include planning and execution/coordination, set up and tear down of contractor furnished equipment (i.e. tents, chairs, etc.), clean up and trash disposal on the pier and any other areas utilized by the event and contractor, and to provide chartered buses for transportation to and from the ceremony for the Commissioning Ceremony for the third National Security Cutter (NSC) of the Maritime Security Cutter Large Class, United States Coast Guard Cutter (USCGC) STRATTON, as described in the Statement of Work (SOW) provided as Attachment 1. The resultant contract will include the following Contract Line Item Number (CLIN) issued on a firm-fixed price basis: CLIN 00001 Commissioning Set-up and Support for Commissioning of USCGC STRATTON in Alameda, CA. Performance will commence on or about date of award anticipated to be by 24 March 2012 and completed no later than 31 March 2012. The place of performance will be the pier area of Coast Guard Island in Alameda, CA as described in Enclosure (1). There will be a one-time SITE VISIT that will convene on 6 July 2011 at 10:00 am Pacific Time in the Pack Area Finance Conference Room of Building 54C on Coast Guard Island, in Alameda, CA followed by a walking tour of the pier location. If you would like to attend, please respond via email to Robin Dorsey, Contract Specialist, at Robin.T.Dorsey@uscg.mil and CC: rita.j.wilson@uscg.mil with a list of attendees from your company no later than 12:00 Noon, Eastern Time, on 30 June 2011. Any formal questions resulting from the site visit or questions for clarification concerning this solicitation shall be submitted via email to the Contract Specialist, Robin Dorsey, at Robin.T.Dorsey@uscg.mil and CC: rita.j.wilson@uscg.mil no later than 12:00 noon, Eastern Time, on 11 July 2011. Solicitation Provision (1) FAR Provision 52.212-1, Instructions to Offerors- Commercial Items (JUNE 2008) is hereby incorporated by reference. Addendum to FAR 52.212-1 is as follows: Past Performance Questionnaires. The Offeror shall submit the Past Performance Questionnaire; see Enclosure 1, for at least three (3), but no more than five (5) references for completion. The references shall return the completed questionnaire directly to the email address on the Questionnaire no later than the closing date of this solicitation. The Offeror is solely responsible for ensuring the Questionnaire is completed and returned by the respective references to the Contract Specialist, Ms. Robin Dorsey at Robin.T.Dorsey@uscg.mil and CC: rita.j.wilson@uscg.mil on or before the quote submission. Any completed questionnaire returned directly by the Offeror to the Government shall not be accepted. The Offeror shall provide as a part of their proposal a separate (1) technical and (2) cost proposal a (3) list of the firms and description of relevant projects to whom the past performance questionnaire was sent. Include both a contracting and technical point of contact with current telephone numbers. Vendors are responsible for ensuring that the telephone numbers provided are accurate and that the representative is aware that the United States Coast Guard (USCG) will be contacting them regarding the Questionnaire and the Offeror's past performance. USCG will evaluate the offeror's past performance on the projects for which they provided past performance questionnaires, including reasons for schedule slippage. How did you manage or mitigate any risks associated with the project? USCG shall evaluate how well you met cost, schedule, and performance requirements. The Offeror shall provide past performance information for services relevant to those required by this resultant contract. To be considered relevant all of the following criteria must be met: the services must have been performed within the past three years; the total dollar value must exceed $75,000.00 per event during the period of performance, and demonstrate a clear relationship to the tasks in the SOW provided as Attachment 1. (2) FAR Provision 52.212-2 Evaluation- Commercial Items (JAN 1999) Award of this requirement shall be made to the offeror whose proposal offers the best value to the Government. Technical Capability, and Past performance are equal in weight while price is significantly less than technical capability and past performance. The following factors shall be used to evaluate offer: (a) Technical Capability (b) Past Performance, and (c) Price. (a) Technical Capability : The Offeror's proposal must clearly identify technical understanding of the SOW, capability, and execution techniques. (b) Past Performance : The Offeror's proposal will be evaluated for risk and level of confidence in the Offeror's ability to successfully perform this contract. The information presented in the Offeror's proposal, together with information from any other sources available to the Government (e.g., Government-controlled Contractor performance databases and references including contractual, technical, and end-user representatives), may provide input for the evaluation of this factor. A lack of any relevant past performance information will be treated by the Government as a "Neutral" under this factor. (c) Price : Offeror's proposal shall be submitted on a Firm Fixed Price basis. An evaluation of the Offeror's price proposal will be made to determine if it is reasonable for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by comparing proposed prices with other Offeror's received, established commercial prices and/or by comparing proposed prices with the Government estimate. (3) FAR Provision 52.212-3, Offeror Representations and Certifications- Commercial Items (APR 2011). ALT I (APR 2011). An Offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (b) through (i) of this provision. Contract Clauses (1) FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items (JUNE 2010) is hereby incorporated by reference. Addendum to FAR 52.212-4 is as follows: (a) HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006); and (2) HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003). (2) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items (APR 2011), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to the acquisition are: (b)(1), (b)(8), (b)(12), (b)(18), (b)(19), (b)(20), (b)(21), (b)(22), (b)(23), (b)(24), (b)(25), (b)(38), and (c)(1). 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 protestor essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the United States Coast Guard (USCG) as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with 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 that United States Coast Guard (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 United States Coast Guard (USCG) Ombudsman for Agency Protests. Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protestors must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protestor's concerns are unresolved, an independent review is available by the Ombudsman. The protestor 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. 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). 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 at FAR 33.103(d)(2). If the protestor 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 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 forwarded to the address: Commandant (CG-913), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC. 20593, Telephone: (202) 372-3695 or Fax: (202) 475-3904. Proposals must be received via email and hand delivered to Ms. Robin Dorsey, Contract Specialist, at Robin.T.Dorsey@uscg.mil and CC: rita.j.wilson@uscg.mil, USCG Jemal Building, 1900 Half Street, SW,11th Floor, Washington, DC 20593 (once you enter the lobby please have the guard call Ms. Dorsey desk 202-475-3006 by 12:00 noon, Eastern Time, on 29 July 2011. Proposals received after the date and time specified will not be considered. Any formal questions resulting from the site visit or questions for clarification concerning this solicitation shall be submitted via email to the Contract Specialist, Robin Dorsey, at Robin.T.Dorsey@uscg.mil and CC: rita.j.wilson@uscg.mil no later than 12:00 noon, Eastern Time, on 11 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-ADB575/listing.html)
 
Place of Performance
Address: United States Coast Guard Island, Alameda, California, United States
 
Record
SN02471817-W 20110616/110614234503-214298b5ca50b44b9c0ff4b563f110db (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.