|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1997 PSA#1821Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second Street
SW., Washington, DC 20593-0001 D -- INFORMATION TECHNOLOGY (IT) SYSTEM SUPPORT SERVICES SOL
DTCG23-97-R-HRM001 DUE 061697 POC Contract Specialist: Zalma Ross,
(202) 267-2524 / Contracting Officer: Cecelia Royster, (202) 267-2525
The U.S. Coast Guard (USCG) has a requirement for Information
Technology (IT) Support Services. An indefinite delivery/indefinite
quantity contract with firm fixed-price task orders as well as time and
material task orders is anticipated. The contract will consist of a
base year and four one year option periods. Services required are:
System Administration, Mail Administration, Software and Hardware
Support, Hotline Support, Inventory Support, Wide Area Network (WAN)
Support, Local Area Network (LAN) Support, Visual Information Support,
and Training Support. Proposals will only be solicited from eligible
8(a) firms and the proposed solicitation will be conducted on a
competitive basis. The Standard Industrial Classification (SIC) code is
7376 and the size standard is $18 million. This acquisition will be
solicited using a Multi-Phase Advisory Down-Select Source Selection
process -- consisting of two phases. The following is a breakdown of
both phases: Phase I: (a) The Statement Of Work (SOW) and Past
Performance Survey (PPS) will be released to prospective offerors
immediately upon written request. A mini-proposal is required. The
mini-proposal shall consist of a detailed Capability Statement that
describes the offeror's experience relative to the requirements of the
SOW: The Capability Statement will be evaluated in accordance with
FACTOR 1 listed below. In addition, relevant past performance with be
evaluated based on the PPSs received from five companies/agencies for
which offerors have or are performing similar services or the same
services as stipulated in the SOW in accordance with FACTOR 2 listed
below. The offerors should request a copy of the SOW and PPS
immediately after this notice has been published in the CBD. Written
requests for the SOW and PPS shall be submitted to the address listed
above. Faxed requests for the SOW and PPS will be accepted based on
telephone confirmation with the Contract Specialist; (b) The USCG will
conduct Walk-thrus and Question/Answer Sessions on April 21, 22 and
23, 1997. Admittance to the building will begin at 8:30 a.m. each day.
The familiarization briefing will begin promptly at 9:00 a.m. followed
by scheduled Walk-thrus and a question/answer session. The question and
answer sessions will begin at 2:00 p.m. Offerors must contact the
Contract Specialist to schedule day and time of Walk-thru and
Question/Answer session. Only three representatives per company will be
permitted to attend the Walk-thru and Question/Answer session due to
space constraints. Only those offerors who request a copy of the SOW
and PPS will be permitted to participate in a Walk-thru and
Question/Answer session. All questions and answers addressed during the
Walk-thrus will be provided to prospective offerors that attend the
Walk-thrus and those offerors that request Phase I information; (c)
Offerors must submit their Capability Statement to the USCG on or
before May l6, 1997. (d) Offerors must ensure that the PPSs are
submitted to the Coast Guard on or before May 16, 1997. Phase I will
allow the USCG to advise competing offerors, based on their experience
relative to the SOW and relevant corporate past performance surveys,
whether they are unlikely to receive an award and advise them whether
they should participate in Phase II. Those offerors, although not
encouraged to participate in Phase II, may at their discretion, submit
a proposal in response to the RFP for Phase II which the Government
will evaluate. Failure to participate in Phase I by not submitting a
detailed Capability Statement and PPSs will make offerors ineligible to
participate in Phase II. The USCG will use the following color code
rating system to evaluate the mini-proposals: Superior = Blue,
Satisfactory = Green, Marginal = Yellow or Unsatisfactory = Red. The
following two evaluation factors will be used to evaluate Phase I:
FACTOR 1: Corporate Experience: (a) Past experience obtained on
contracts similar in nature to the SOW, (b) Past experience of
sub-contractor obtained on contracts similar in nature to the SOW, if
applicable, (c) Management of contracts of at least $1M in any one year
that are similar in nature to the SOW, (d) Provision of services on
previous contracts with labor categories similar to the labor
categories listed in the SOW, and (e) Familiarity with obtaining
security clearances for employees via the National Industrial Security
Program Operating Manual (NISPOM). FACTOR 2: Relevant Past
Performance: (a) Adhered to the contract delivery schedule; (b) Managed
a one year contract for $1M dollars a year or $10M over five years; (c)
Solved contract performance problems without extensive guidance; (d)
Provided complete and accurate reports on time; (e) Provided competent
personnel within the required timeframe of the SOW; (f) Provided an
adequate number of resources to meet the contract requirements and
successfully solve problems; (g) Met the needs of customers via the
SOW; (h) Provided timely responses to meet customer needs; (i)
Communicated and worked with IT staff effectively; (j) Coordinated,
integrated, and provided effective subcontractor management; (k)
Provided support in the following areas: System Management, Network,
Application/Office Automation, Application Training, Graphical/Desktop
Publishing and Audio Visual/Video Teleconferencing; (l) Managed
help/hotline desk personnel; (m) Provided an adequate number of
personnel with the appropriate security clearance levels; (n) Addressed
and maintained security requirements in the required time frame; (o)
Substituted key personnel in accordance within the required timeframe;
and (p) Responded to emergency callback requirements. Phase II: (a)
The Request for Proposal (RFP) will be issued to the offerors who
proceed to Phase II; (b) Proposals in response to the RFP shall be
submitted to the USCG 30 days after the release of the RFP; (c) Based
on a scheduled appointment made by the Government, Oral Presentations
in lieu of a written technical proposal will be conducted with the
USCG. Oral presentations will focus on the offeror's understanding of
the needs stipulated in the SOW and the offeror's plans to meet those
needs. A question and answer session to clarify technical issues only
will follow. Offerors will be limited to a two hour oral presentation
(exclusive of questions and answer). Oral presentations should be made
by the key personnel who will actually perform the requirements if
awarded a contract. The offerors oral presentation team is limited to
a total of five persons per offeror; (d) The RFP will provide
additional information for the evaluation of price and Personnel Data
Forms (PDF). The price proposal will be evaluated for price
reasonableness and realism. The Late Submission Modification and
Withdrawal of Proposals Provision at Federal Acquisition Regulation
52.215-10 are applicable to all submissions in response to this notice.
The RFP is available in both hard copy and electronic form via Internet
electronic-mail (e-mail). To request an electronic copy of the RFP
only, send an e-mail request to the following Internet address:
catalog@rfp.comdt.uscg.mil. The catalog will list the available RFPs
and provide specific instructions for requesting the RFP of interest.
If you encounter problems with your e-mail request, please contact
Pamela Hartman at (202) 267-2624. Interested sources must follow the
instructions listed in the announcement. Telephone inquires for a copy
of this RFP will not be accepted. Oral responses of the capability
statement and PPS will not be accepted. This notice is for information
purposes for Minority, Women-Owned and Disadvantage Business
Enterprises: The Department of Transportation (DOT), Office of Small
and Disadvantaged Business Utilization (OSDBU) has a program to assist
minority, women-owned and disadvantaged business enterprises to
acquire short-term working capital assistance for
transportation-related contracts. Loans are available under the DOT
Short Lending Program (STLP) at prime interest rates to provide
accounts receivable financing. The maximum line of credit is $500,000.
For further information and applicable forms concerning the STLP, call
the OSDBU at (800) 532-1169. For information concerning the
acquisition, contact the contracting official listed above. (0098) Loren Data Corp. http://www.ld.com (SYN# 0026 19970410\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|