SOLICITATION NOTICE
D -- Reverse Auctioning System - 70Z02318QACS01800_-_Solicitation_Letter.pdf - 70Z02318QACS01800_-_Attachment_2_-_Clauses_and_Provisions.pdf - 70Z02318QACS01800_-_Attachment_1_-_Statement_of_Work.pdf
- Notice Date
- 8/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 425110
— Business to Business Electronic Markets
- 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
- 70Z02318QACS01800
- Archive Date
- 9/7/2018
- Point of Contact
- James Robinson,
- E-Mail Address
-
James.R.Robinson@uscg.mil
(James.R.Robinson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 70Z02318QACS01800_-_Attachment_1_-_Statement_of_Work.pdf 70Z02318QACS01800_-_Attachment_2_-_Clauses_and_Provisions.pdf 70Z02318QACS01800_-_Solicitation_Letter.pdf (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12 / 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This is Request for Quotes (RFQ) 70Z02318QACS01800. This RFQ shall not be considered direction to proceed with the subject effort, nor is a promise of future direction to proceed. Submission of a proposal in response to this RFQ denotes that the Offeror understands and accepts the terms and conditions contained herein. Offerors are solely responsible for any perceived or incurred submission costs. This includes situations even where the solicitation is canceled entirely. In addition, this RFQ is being released SUBJECT TO THE AVAILABILITY OF FUNDS. Please see the attached document for the contract clauses, which includes FAR 52.323-18, Availability of Funds. (iii) This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2005-99. (iv) This a small business set aside competition under North American Industry Classification System (NAICS) code 425110, Business to Business Electronic Markets. (v) The following is a list of contract line item numbers, quantities and units of measure (this list includes all options): CLIN 00001: Base Period Period of Performance: Date of award through 12 months CLIN Description: License for access to and the utilization of an online federal Reverse Auctioning System, training for the system, and all other work as established in the Statement of Work Unit of Issue: Monthly Quantity: 12 CLIN 10001: Option Period 1 Period of Performance: Date of option period's performance start date through 12 months CLIN Description: License for access to and the utilization of an online federal Reverse Auctioning System, training for the system, and all other work as established in the Statement of Work Unit of Issue: Monthly Quantity: 12 CLIN 20001: Option Period 2 Period of Performance: Date of option period's performance start date through 12 months CLIN Description: License for access to and the utilization of an online federal Reverse Auctioning System, training for the system, and all other work as established in the Statement of Work Unit of Issue: Monthly Quantity: 12 (vi) The United States Coast Guard (USCG) is soliciting quotes to establish a contractual relationship between itself and a company that has a robust, mature, existing, Reverse Auction Solution that increases innovation, opportunities, and competition through the buyer community. The intent is to established a contract to allow the USCG to use the reverse auctioning solution. The solution should streamline planning, negotiation, and award of the purchase of a variety of products and services within the simplified acquisition threshold for acquisitions of USCG buyers using the reverse auction strategy. The reverse auction environment will give buyers the ability to create reverse auctions across a wide variety of vehicles (e.g. GSA OASIS, NASA SEWP, FirstSource II, other DHS Strategic Sourcing Vehicles, etc.) and a variety of contract types within the service capabilities. The main functions are to assist buyers to conduct market research, post requirements and obtain offers for requirements in support of the agency's units and offices worldwide with real-time response capability, available 24 hours per day in a manner that provides consistency and efficiency across all USCG buying offices leveraging resources and reducing the administrative burden while simultaneously increasing competition, obtaining great prices and meeting socioeconomic goals. (vii) The USCG is seeking to utilize an existing federal reverse auctioning platform and is not seeking for a new system to be designed solely for the USCG's use. The USCG is not seeking reverse auctioning platforms that are primarily intended for use by state governments; the USCG is seeking to utilize standing, mature, and robust reverse auctioning systems designed for use in the federal contracting arena. (viii) The primary place of performance will be at the Contractor's facility. However, training may take place across the US at various USCG facilities, including remotely. (ix) All Offerors must include a completed copy of the FAR Provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 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; otherwise, the version current in SAM shall be utilized. If your company already has a completed SAM report, your quote should document this. (x) Please submit your quote in full via email to the attention of James R. Robinson at James.R.Robinson@uscg.mil, on or before 12:00 p.m. EST, on 09/06/2018. There will be no exceptions to the time and date on which responses are due, unless extended by the Contracting Officer via solicitation amendment. The data in your quote should be compatible with Microsoft Office Suite 2016 and/or Adobe Acrobat. Due to the Coast Guard email limitations, quotes shall not be more than 5 megabytes in total. Compressed zipped files will not be accepted. When responding, please include the title "70Z02318QACS01800" in the subject line of the email. (xi) Any questions or concerns regarding any aspect of this RFQ shall be forwarded to the Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil before 12:00 p.m. EST, on 08/31/2018, so that they can be addressed prior to the submission of Quotes. Answers to questions shall be provided to all applicable parties through an amendment to the solicitation. Questions shall be provided verbatim. However, specific information as to which company asked which question shall not be provided. Offerors are strongly encouraged to ask questions and convey their exceptions to the requirements during this time. The Government desires to alleviate concerns during the RFQ phase so that no assumptions or exceptions will be present in any Quotes. (xii) Basis for Award: This is a best-value competition. However, in accordance with FAR Part 13.106-2(b)(1), the USCG has broad discretion when fashioning suitable evaluation procedures. Also, in accordance with FAR Part 13.106-2(b)(3) the USCG shall not be establishing a formal evaluation plan or scoring method and quotes may be evaluated comparatively. The evaluation factors shall not be weighted. The USCG shall also examine Offerors for a determination of responsibility. This may be performed by utilizing the CPARS/PPIRS systems, and other reasonable methods of determining responsibility. Contractors who cannot be determined to be responsible may not be eligible for award. It is DHS policy that determination of a fair and reasonable price should be based on adequate price competition. However, in the event only one responsible Offeror is obtained as a result of this solicitation, that Offeror may be required to submit Data Other than Certified Cost or Pricing Data, if the Government asks for it. If Data Other than Certified Cost or Pricing Data is not provided, the Government reserves the right to not award to that Offeror. (xiii) Quote Contents: The USCG is requesting your quote to take the form a white paper which addresses each of the following factors: Factor One: An analysis of your company's existing reverse auctioning platform's stability, longevity, and demonstrable use as it relates to Federal (not State) contracting opportunities. A specific focus should be placed on your platform's ability to link with mandatory strategic sourcing vehicles (in particular those mandated by DHS and GSA). Factor Two: An analysis of the fees associated with the use of your reverse auctioning platform. Fees shall only be accepted as part of quotations submitted by Contractors providing quotes submitted through the reverse auction platform and shall not result from direct payments from the USCG to the Reverse Auctioning platform. Factor Three: An analysis of the training offered by your platform to federal end users, including methods for remote training sessions, as well as the prices associated with these training sessions (if any). This section shall also describe your company's efforts to promote industry participation in the use of your platform. Factor Four: An analysis of your online platform as it related to its ability to meet all of the requirements outlines in the Statement of Work. In addition, this section shall also include any other benefits or information about your platform. A separate pricing volume is not required, but it is encouraged if the training offered under Factor 3 has costs associated with it. The quote/white paper shall be no more than 10 pages, Times New Roman, 12 point font size. (xiv) Evaluation Methodology: Your quote shall be evaluated on a best-value basis. In accordance with FAR Part 13.106-2(b)(1), the USCG has broad discretion when fashioning suitable evaluation procedures. Also, in accordance with FAR Part 13.106-2(b)(3) the USCG shall not be establishing a formal evaluation plan or scoring method and quotes may be evaluated comparatively. The evaluation factors shall not be weighted and the USCG reserves broad discretion in evaluating the quotes. Each Factor shall be evaluated as follows: Factor One: The USCG shall evaluate the contents of your white paper to assess the maturity of your platform as it relates to the Federal contracting landscape. The USCG shall evaluate the white paper in regards to how stable, well established, and the demonstrable use the platform is for federal contracting opportunities (such as how extensive it is, and its ability to link with mandatory strategic sourcing vehicles; in particular those mandated by DHS and GSA). Factor Two: The USCG shall evaluate the content of your white paper in regards to the percentage fees for the use of your online platform. The percentage fees shall be evaluated for reasonableness. Factor Three: The USCG shall evaluate the contents of your white paper to ensure the training provided to the end users of the platform is adequate, as well as the prices for on-site training. The USCG desires to keep prices as low as possible and shall evaluate the proposed options for low cost training such as webinars. Factor Four: The USCG shall evaluate the contents of your white paper as it relates to your reverse auctioning platform's ability to meet all of the requirements outlines in the Statement of Work. The USCG shall also analyze any extra benefits your platform can provide. (xv) Other Considerations: Selection for award of a contract shall be to the responsible Offeror whose quote contains the combination of those evaluation criteria offering the best value to the Government. Selection of an offer, therefor, shall involve a tradeoff process reflecting the Government's willingness to compare the differences in the value of perceived benefits with differences in the fees and training prices to the Government. In making this comparison, the Government is concerned with striking the most advantageous balance between the fees and training prices and the technical factors listed above. in accordance with FAR Part 13.106-2(b)(1), the USCG has broad discretion when fashioning suitable evaluation procedures. Also, in accordance with FAR Part 13.106-2(b)(3) the USCG shall not be establishing a formal evaluation plan or scoring method and quotes may be evaluated comparatively. The evaluation factors shall not be weighted. The Government intends to evaluate quotes and award a single contract without clarifications with Offerors, if possible. Therefore, each initial offer shall contain the Offeror's best terms from a technical and price standpoint. However, the Government still reserves the right to conduct clarifications, if determined necessary by the Contracting Officer. The Government reserves the rights to conduct clarifications with one, some, or all Offeror's. ATTACHMENTS: 1. Solicitation Letter 2. Statement of Work 3. Clauses and Provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z02318QACS01800/listing.html)
- Place of Performance
- Address: The Contractors Facilities, United States
- Record
- SN05062206-W 20180831/180829231448-0f5bf5ee5ec99bb205f26f1e8434a991 (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 |