SOLICITATION NOTICE
W -- Portable Rescue Hoist Simulator
- Notice Date
- 4/15/2022 9:09:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- ATC MOBILE(00048) MOBILE AL 36608 USA
- ZIP Code
- 36608
- Solicitation Number
- 70Z04822Q00000624
- Response Due
- 4/19/2022 1:00:00 PM
- Archive Date
- 05/04/2022
- Point of Contact
- Mitchell Robison, Phone: 2514416313, Kevin Speaks
- E-Mail Address
-
mitchell.a.robison@uscg.mil, kevin.r.speaks@uscg.mil
(mitchell.a.robison@uscg.mil, kevin.r.speaks@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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. Request for Quotations number is 70Z04822Q00000624 and is issued as a request for quotes (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated November 1, 2015. The NAICS Code is 611512. The small business size standard is $30M. This is a total small business set-aside. Prospective Offerors are responsible for downloading the solicitation and any amendments. It is the offeror�s responsibility to monitor sam.gov website for the release of any amendments to this solicitation. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. Past performance will be a factor in the evaluation and selection of awarded vendor. The United States Coast Guard Aviation Training Center has a requirement for the following: (1) Portable Rescue Hoist Simulator per Scope of Work. (2) Period of Performance: The period of work performed will be Monday-Thursday 04/25/22 to 04/28/22 for the first session and Monday-Thursday 06/06/22 to 06/09/22 for the second session. (3) Place of Performance: US Coast Guard Aviation Training Center 8501 Tanner Williams Road Mobile, AL 36608 Email questions and quotes to both Mitchell.A.Robison@uscg.mil and Kevin.R.Speaks@uscg.mil COMPOSITE LABOR RATE: The composite labor rate offered shall be the sole labor hour rate used to price the Prime Contractor's direct labor hours for contract changes, i.e. growth work. The Contractor shall not receive any compensation in addition to this rate for the Prime Contractor's direct labor associated with such changes under this contract. (a) The composite labor hour rate shall represent total compensation for the following: (1) direct labor wages and salaries; (2) all employee benefits including, but not limited to, paid leave, supplemental pay, insurance, retirement, savings, and legally required benefits; (3) other direct costs associated with transit time, delay, disruption, expendable supplies, and equipment; (4) all indirect costs such as overhead and general and administrative expense; (5) any port or association fees, rents, or other levies; (6) profit (fee); and (7) all direct and indirect costs and profit associated with the following support functions: -Supervision Quality Assurance -Planning Engineering. -Surveyors Worker Transit Time. -Material Handling Testing. -Cleaners Guards. -Estimating Contract Administration. -Transportation Drivers. 1. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2020): 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, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, ""Offerors Representations and Certification--Commercial Items (Feb 2021)"" and Alt 1 included with their quotation, or be registered with Online Reps and Certs, https://www.SAM.gov. 2. FAR Provision 52.215-20 Requirements for Cost or Pricing Data or Information other than Cost or Pricing Data (Oct 2010) ALT IV: (a) Submission of cost or pricing data is not required (b) If the contracting officer cannot determine price reasonableness either in the initial solicitation or in any change to the contract after award, the contracting officer will require submission information in sufficient detail in order to make such determination. The information may be as follows: REQUEST FOR INFORMAL COST BREAKDOWN In addition to placing your offer in the appropriate place in Schedule of supplies and Prices, it is requested that you provide a breakdown of your costs, to include but not be limited to, those items identified in the sample format below: -Trade, (i.e. laborers, rigger, etc.) Breakdown of labor grades by trade category Man-hours per trade, per labor grade Cost/hour/trade. -Supplies/materials (description & cost of each) Sub-total. -Pension Plans. -Overhead at a rate of % Profit at a rate of % Total for item. 3. FAR 52.212-2 Evaluation-Commercial Items (Nov 2021): This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Price, Past Performance. Offerors shall submit at least 1 but no more than 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). 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. The Government will award a purchase order 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 Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation. 4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2021): The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. 5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2021): The following addendum applies: Address for submission of invoices is: Commercial Invoices USCG Finance Center PO BOX 4115 Chesapeake, VA 23327-4115 (800) 564-5504 6. 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (Apr 1984): The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract. 7. Offerors shall submit quotes as follows: Date: April 19, 2022 Time: 1500 CDT Place: Mitchell.A.Robison@uscg.mil and Kevin.R.Speaks@uscg.mil REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price Quote that includes cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and Section 3: Any issued amendments to the solicitation. QUESTIONS: The last day to ask questions will be April 6. After this date, unless amended, questions will not be accepted. Please Note: Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8f3fcbc202f94e498c0729c2362489b4/view)
- Place of Performance
- Address: Mobile, AL 36608, USA
- Zip Code: 36608
- Country: USA
- Zip Code: 36608
- Record
- SN06299521-F 20220417/220415230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |