SOLICITATION NOTICE
R -- Corporate Leadership Council
- Notice Date
- 3/5/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- DTCGG8-02-Q-PPD070
- Response Due
- 3/10/2002
- Archive Date
- 3/25/2002
- Point of Contact
- SK3 Weston Sythoff, Purchasing Agent, Phone 202-267-1574, Fax 202-267-4727, - SK3 Weston Sythoff, Purchasing Agent, Phone 202-267-1574, Fax 202-267-4727,
- E-Mail Address
-
wsythoff@comdt.uscg.mil, wsythoff@comdt.uscg.mil
- Description
- The U.S. Coast Guard intends to purchase a one-year membership in the Corporate Leadership Council. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition will be made on an Unrestricted Basis. See Numbered Note 22 : This proposed procurement is for services for which the Government intends to solicit and negotiate on a sole source basis with Corporate Executive Board, 2000 Pennsylvania Ave, NW Ste 6000, Washington, DC, 20006. Interested persons may identify their interest and capabilities with a Notice of Intent. However, this is not a request for competitive quotations. All correspondence must be received by March 10, 2002. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. SCOPE: (See attached) HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, March 10,2002. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work (attached) and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposals must include: Firm Fixed-Price, broken out by labor hours, labor category, materials, and other direct costs. Offerors must submit an original and two copies of the proposal to Weston Sythoff, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to wsythoff@comdt.uscg.mil are encouraged and must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 00), 52.212-4 (Aug 00). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 00) is attached. Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, March 08, 2002. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: <http://osdbuweb.dot.gov>
- Place of Performance
- Address: Washington, DC
- Zip Code: 20593
- Country: U.S.
- Zip Code: 20593
- Record
- SN00035649-W 20020307/020305213133 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |