Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
MODIFICATION

R -- Marine Standards Development and Maintenance Support - Q&A - Amendment 1

Notice Date
8/29/2013
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical 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, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-13-Q-MSR053
 
Archive Date
10/27/2013
 
Point of Contact
Stefanie Schmitz, Phone: 2024753207
 
E-Mail Address
Stefanie.Schmitz@uscg.mil
(Stefanie.Schmitz@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-30 Interim Q&A (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) Solicitation number HSCG23-13-Q-MSR053 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (iv) The North American Industry Classification System (NAICS) code is 541690 and the business size standard is $14M. This acquisition is a total small business set aside. Submissions that do not meet the small business set aside will not be considered. The U.S. Coast Guard intends to award one firm fixed price contract with one base year and two (2) option years resulting from this solicitation. The resultant contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5, Commercial Item Test Program. The Government intends to make an award without conducting discussions but reserves the right to conduct discussions at the Contracting Officer’s discretion should it become necessary. (v) Contract Line Item Numbers (CLINS): CLIN 0001 – Base Year Description: Technical Support Services for international standards for ship design, ship building, ship systems engineering, ship operation, marine environmental protection, and maritime security in accordance with the SOW. Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ CLIN 1001 – Option Year 1 Description: Technical Support Services for international standards for ship design, ship building, ship systems engineering, ship operation, marine environmental protection, and maritime security in accordance with the SOW. Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ CLIN 2001 – Option Year 2 Description: Technical Support Services for international standards for ship design, ship building, ship systems engineering, ship operation, marine environmental protection, and maritime security in accordance with the SOW. Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ (vi) See attached SOW. (vii) Period of performance is one year from date of award, with two option years. (viii) The following FAR provisions and clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov/far/. Incorporated by Reference - FAR 52.212-1 Instructions to Offerors-Commercial Items (July 2013). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing. All offerors must be registered in the System for Award Management (SAM). (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). (a) The evaluation and award procedures in FAR 13.106 apply. This is a best value decision and award may be made to other than the lowest priced offeror. (a) The Government intends to award a firm-fixed 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: (1) Price – Total for all contract line items (CLIN’s) (2) Technical Capability and Approach – Offerors shall provide a understanding of the performance work statement (PWS), by submitting a detailed description of the approach that will be utilized to accomplish all the tasks in the attached PWS, and the resumes' of all personnel who will provide support under this requirement. Technical Capability and Approach submission shall not exceed five (5) pages. (3) Relevant Past Performance – The Government will evaluate the past performance of the offeror for relevancy. The offeror shall provide a minimum of two, maximum of five, past performance information for services directly related and relevant to the services to be performed under the PWS. To be considered relevant, the services must have been performed within the past three years. The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. Relevant past performance submission shall not exceed four (4) pages. All text submitted shall be no smaller than 12-point font on standard 8.5 inch by 11 inch paper with margins of at least 1” at the top, bottom, and both sides. Text may be as small as 10 pt for tables or graphics. (b) Options. The Government will evaluate offers for award purposes by adding the total 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. (x) Incorporated by Reference - FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (August 2013) is hereby incorporated by reference. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote. (xi) Incorporated by Reference - FAR 52.212-4 Contract Terms and Conditions-Commercial Items (July 2013) is hereby incorporated by reference. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (August 2013 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government ( Sep 2006 ), with Alternate I ( Oct 1995 ) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns ( Jul 2013 ) 52.219-14, Limitations on Subcontracting ( Dec 1996 ) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies ( Mar 2012 ) 52.222-21, Prohibition of Segregated Facilities ( Feb 1999 ) 52.222-26, Equal Opportunity ( Mar 2007 ) 52.222-35, Equal Opportunity for Veterans ( Sep 2010 ) 52.222-36, Affirmative Action for Workers with Disabilities ( Oct 2010 ) 52.222-37, Employment Reports on Veterans ( Sep 2010 ) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-54, Employment Eligibility Verification (Aug 2013) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases ( Jun 2008 ) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration ( Jul 2013 ) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires ( May 1989 ) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) ( Sep 2009 ) (xiii) Additional Terms and Conditions: 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor any time prior to the expiration of the contract period. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty (60) months. (xiv) N/A (xv) Due date for submissions is September 6, 2013, 2pm ET. All questions regarding this solicitation should be submitted in writing to Stefanie.Schmitz@uscg.mil by August 30, 2013, 2pm ET. All quotes should be submitted via email. Due to possible email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) Point of contact for this RFQ is Stefanie Schmitz, Contract Specialist, Stefanie.Schmitz@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-Q-MSR053 /listing.html)
 
Record
SN03168305-W 20130831/130830000129-deb8c72aa77bee2e88357f9d9708be33 (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.