SOLICITATION NOTICE
V -- USCG Greenland Heli Services (DUCKHUNT) - Terms & Conditions - Performance Work Statement (PWS)
- Notice Date
- 6/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-16-R-MAV333
- Point of Contact
- Anjulie N. Haynes, Phone: 2024753251, Jackson McClam, Phone: 2024753410
- E-Mail Address
-
anjulie.n.haynes@uscg.mil, Jackson.McClam@uscg.mil
(anjulie.n.haynes@uscg.mil, Jackson.McClam@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Attachment No. 1 Terms and Conditions Attachment No. 2 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found in FAR 13.3. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) seeks to obtain Helicopter Support Services, including Medical Evacuation, for the USCG detachment in Greenland. Please see the attached Performance Work Statement (PWS) for further information. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-88 (05-16-2016). The North American Classification System Code is 481211. Due to the overseas location, no set-aside will be used. The Government will award one (1) hybrid Firm Fixed Price (FFP) & Time and Materials (T&M) Contract as a result of this solicitation and will utilize the Lowest Price, Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2, to make a best value award decision. No technical tradeoffs will be made and no additional credit will be given for exceeding acceptability. Best value trade-off will be based on the evaluation factors in descending order of importance as follows: (1) Price, (2) Technical Capability, and (3) Past Performance. Award will be made on the basis of the lowest evaluated price total of proposals meeting or exceeding the acceptability standards for technical capability and past performance. In addition, the Offeror must be determined responsible in accordance with FAR subpart 9.1. In accordance with FAR 15.306 (a), the Government anticipates making an award without discussions. The Offeror is responsible for providing its best submission on the initial offer, however, the Government reserves the right conduct discussions if determined to be necessary by the Government. Offerors are cautioned that taking exception to the terms and conditions of the solicitation may cause an otherwise acceptable proposal to become unacceptable. Offerors shall submit Volumes 1-3 for this effort no later than 1:00 PM Eastern Standard Time (EST), June 22, 2016. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. Volume 1: Price Offerors shall submit a full price proposal in accordance with the requirements outlined in the PWS Section 5 Schedule of Supplies and Services. Offerors shall submit a pricing schedule detailing the following: firm fixed price stand by charge and time and material rates for flight hours that are fully burdened to include wages, overhead, general and administrative expense, and profit and material rates for aviation fuel that also is fully burdened. The Government anticipates a discount and offerors are encouraged to offer further price reductions. The Government will evaluate the total overall price to determine price reasonableness. Volume 2: Technical Capability Offerors shall provide a detailed understanding of the Performance Work Statement (PWS) and shall provide sufficient and detailed descriptions of the contractor's capability and experience with successful projects of comparable nature, scope and complexity. The technical response shall not exceed ten (10) pages. The Government will evaluate each offeror's proposal based on the degree to which it presents a clear, detailed statement of the technical approach, demonstrating a thorough understanding of the services required in the PWS. Technically Acceptable is defined as "meets or exceeds" all of the requirements in the Performance Work Statement. Technically Unacceptable is defined as does "not meet" all of the requirements in the Performance Work Statement. Proposals will not be scored nor ranked. Volume 3: Past Performance Offerors shall provide at least three (3) past performance project profiles demonstrating successful management and performance of work similar in nature, scope and complexity to that described in the PWS. An offeror 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 and will receive a "Neutral" rating. The Government reserves the right to consider other past performance informational queries and databases to gather additional information. Acceptable past performance is either a neutral rating or acceptable rating based on the review of past performance that demonstrates successful performance or similar requirement. Technically unacceptable past performance is record of unsuccessful or negative performance ratings on performance of similar work. Please see attachments for further information regarding this opportunity: Attachment 1 - Performance Work Statement Attachment 2 - Terms and Conditions No reimbursement will be made for any costs associated with providing information in response to this announcement. Any questions or clarification requests regarding any aspect of this RFP are due no later than 2:00 PM Eastern Standard Time (EST), June 21, 2016. All questions or requests for clarifications shall be submitted to the Contracting Officer, Jackson McClam via email at Jackson.McClam@uscg.mil and the Contract Specialist, Anjulie Haynes via e-mail at Anjulie.N.Haynes@uscg.mil. Questions and answers will be issued as a solicitation amendment and accordingly available for viewing by all interested vendors. All proposals shall be submitted by e-mail to the contact information listed above with the subject line, "HSCG23-16-R-MAV333."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-R-MAV333/listing.html)
- Record
- SN04153676-W 20160619/160617234309-7c16697414ff49819fa365cf1d841167 (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 |