Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2016 FBO #5333
MODIFICATION

V -- USCG Greenland Heli Services (DUCKHUNT) - Amendment 2

Notice Date
6/28/2016
 
Notice Type
Modification/Amendment
 
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
 
E-Mail Address
anjulie.n.haynes@uscg.mil
(anjulie.n.haynes@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment No. 3 - Pricing Worksheet Attachment No. 2 - Terms and Conditions Attachment No. 1 - Performance Work Statement Amendment A00002 - SF-30 and Changes Page 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. 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) Time and Materials (T&M) Contract as a result of this solicitation. Award will be made on the basis of the lowest evaluated price total of proposals meeting or exceeding the acceptability standards for technical capability. No technical tradeoffs will be made and no additional credit will be given for exceeding acceptability. In addition, the Vendor must be determined responsible in accordance with FAR subpart 9.1. Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. The Vendor 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. Vendors are cautioned that taking exception to the terms and conditions of the solicitation may cause an otherwise acceptable proposal to become unacceptable. Vendors shall submit Volumes 1-2 for this effort no later than 1:00 PM Eastern Standard Time (EST), July 1 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 Vendors shall provide Attachment 3, pricing worksheet, completed with their proposal. The Government will calculate the total evaluated price using the pricing information provided by the vendor. All pricing shall be in US dollars. Vendors are encouraged to include any assumptions and analysis that was made in developing their pricing as applicable. Vendors shall submit a pricing schedule detailing the following: 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 vendors are encouraged to offer further price reductions. For Sub-CLINs 00001a and Sub-CLINs 10001a, shall include any standby charges needed to ensure the helicopters will be available at all times during the period of performance. Flight hour allowance shall be included in the actual amount of flight hours incurred during the contract. This includes any costs associated with technical expenses for helicopter repair and replacement of spare parts and components, grease and oil and regularly scheduled maintenance in accordance with the manufacturer's specifications. The price shall include fuel. These costs shall be included in the quoted rates for flight hours for Sub-CLINs 00001a and Option Sub-CLIN 10001a. For Option Sub-CLIN 10001a, the vendor shall include an inclement weather guarantee for this Sub-CLIN. Volume 2: Technical Capability The Vendor shall demonstrate their technical capabilities based on meeting all of the requirements as identified in the following sections of the Performance Work Statement (PWS): 2.1, 2.1.1, 3.1, 3.2, 4.3.3, 4.3.3.1, 4.3.3.2, 4.3.3.3 and 4.3.3.4. Specifically, as it relates to PWS 2.1 the vendor shall demonstrate that their proposed asset has the capability to deploy two (2) personnel and limited equipment from Kulusuk and/or Tasilaq on or about 10 July 2016 to the recovery site located at 24W VT 06276 24825, WGS-84 and to provide on-call lift to and from 24W VT 06276 24825, WGS-84 to support recovery operations at various sites in the vicinity of Koge Bay and/or alternate sites in the same area. As it relates to PWS 2.1.1, the vendor shall demonstrate that their proposed asset has the capability to deploy up to nineteen (19) personnel and limited equipment from Kangerlussaq to Ilulissat on or about 22 August 2016 and to provide on-call lift at Jakobshavn Glacier on or about 23 August 2016. As it relates to PWS 3.1 and 3.2, the vendor shall demonstrate that the assets proposed are Civil Aviation Authority (CAA) certified. As it relates to PWS 4.3.3, 4.3.3.1, 4.3.3.2, 4.3.3.3 and 4.3.3.4, the vendor shall demonstrate that they possess the insurance requirements in PWS 4.3.3, 4.3.3.1, 4.3.3.2, 4.3.3.3 and 4.3.3.4. Note that simply restating the PWS or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of Vendor's capabilities. If a Vendor fails to sequentially address the requirements indentified in the above listed sections of the SOW, simply restates those requirements, or fails to comply with any of the RFP instructions, its proposal may be rejected and eliminated from further consideration. This Section shall clearly articulate how the vendor's proposed boat package meets the requirements listed in the above listed SOW sections and be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of the vendor's proposed capabilities. No price data shall be included in this section. The following factors will be used for evaluating quotations: 1. Price- Price reasonableness will be established by competition and determined primarily by comparison with other offers submitted. The prices may also be compared with the Independent Government Cost Estimate (IGCE) as well as any pricing data in the possession of the Government. The vendor's Total Evaluated Price (TEP) shall be the sum of Sub-CLINs & Option Sub-CLINS: 00001a, 00001b, 00001c, 10001a, & 10001b as calculated using Attachment 3, Pricing Worksheet. 2. Technical Capability- The Government will evaluate each vendor's technical proposal's adherence to the following sections of the PWS: 2.1, 2.1.1, 3.1, 3.2, 4.3.3, 4.3.3.1, 4.3.3.2, 4.3.3.3 and 4.3.3.4 on a "Technically Acceptable/Technically Unacceptable" basis. Technically Acceptable is defined as "meets" the following requirements: a. PWS 2.1- Proposed asset to be used having the capability to deploy two (2) personnel and limited equipment from Kulusuk and/or Tasilaq on or about 10 July 2016 to the recovery site located at 24W VT 06276 24825, WGS-84 and to provide on-call lift to and from 24W VT 06276 24825, WGS-84 to support recovery operations at various sites in the vicinity of Koge Bay and/or alternate sites in the same area; b. PWS 2.1.1- Proposed asset(s) to be utilized has the capability to deploy up to nineteen (19) personnel and limited equipment from Kangerlussaq to Ilulissat on or about 22 August 2016 and to provide on-call lift at Jakobshavn Glacier on or about 23 August 2016. c. PWS 3.1 and 3.2- The assets proposed are Civil Aviation Authority (CAA) certified. d. PWS 4.3.3, 4.3.3.1, 4.3.3.2, 4.3.3.3 and 4.3.3.4- The vendor has adequate insurance to meet the insurance requirements in PWS 4.3.3, 4.3.3.1, 4.3.3.2, 4.3.3.3 and 4.3.3.4. Technically Unacceptable is defined as does "not meet" all of the requirements identified in the above listed requirements per applicable section of the PWS. Proposals will not be scored nor ranked. The Government will evaluate each vendor'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. Please see attachments for further information regarding this opportunity: Attachment 1 - Performance Work Statement Attachment 2 - Terms and Conditions Attachment 3 - Pricing Worksheet 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 3:00 PM Eastern Standard Time (EST), June 29, 2016. All questions or requests for clarifications shall be submitted to 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." Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-06-23 16:26:57">Jun 23, 2016 4:26 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-06-28 18:26:19">Jun 28, 2016 6:26 pm Track Changes Amendment No. 2 - Proposal Due Date Extension & Answer to questions received: This solicitation due date for proposals is hereby extended from Monday June 27, 2016 at 1:00pm to Friday July 1, 2016 at 1:00pm Question Inquiry ID: 6298352694878535733 Does the Combined Synopsis/Solicitation under solicitation number HSCG2316RMAV333 contain requirements similar to a current contract? If possible, please provide the current contract number. Or, is this a new requirement for the government? Government Answer: The USCG does not have a current active contract that contain similar requirements to HSCG2316MAV333, but the USCG did procure services of similar nature in 2014 under contract no. HSCG2314CMAC009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-R-MAV333/listing.html)
 
Record
SN04164020-W 20160630/160628234321-281e06c8965066c59a2f560bd0494dea (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.