Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

B -- Coordinating Repair, Inventory and Supplier Planning

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-04-R-S00005
 
Response Due
7/8/2004
 
Archive Date
7/23/2004
 
Point of Contact
Jamie Colson, Support Contract Specialist, Phone 252-384-7150, Fax 252-335-6840, - Gus Holzmiller, Support Contracting Officer, Phone 252-335-6436, Fax 252-335-6840,
 
E-Mail Address
JColson@arsc.uscg.mil, gholzmiller@arsc.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Parts 12 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This Request for Quotation (HSCG38-04-R-S00005) incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-24. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 518210 and the small business size standard is $21M annual revenue. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a Time and Materials Contract. The USCG intends to negotiate and award the contract on the following Evaluation Criteria in descending order: (1) Optimization Experience, in performing the same type of or similar functions, is most important, followed by; (2) Past Performance (demonstrated performance); (3) Delivery, and (4) Price. Optimization Experience is weighted significantly higher than Past Performance and Delivery. After technical factors have been evaluated, price will then be considered. Price will be a substantial consideration in any resulting price/technical evaluation, but price will be subordinate to the other listed elements, Optimization Experience, Past Performance and Delivery. The closer the technical proposals are to equality, the more important price becomes. Price will be considered prior to award and considered in a trade-off analysis to determine the best value to the Government. Accordingly, the Government reserves the right to award to a higher priced proposal. Technical information, including the Statement of Work and Questionnaire that must be completed and submitted with the Proposal, can be obtained at http://www.uscg.mil/hq/arsc/index.htm and following these instructions. After entering the website, click on Contracting, then Solicitations, then Procurement Support Office, then ?View ARSC Procurement Support Office Solicitations?. Scroll down to ?HSCG38-04-R-S00005?. Questions can be emailed to jcolson@arsc.uscg.mil. They will then be forwarded to a technical expert and the question and answer will be placed on the ARSC website. F.O.B. Point will be F.O.B. Destination for the Deliverables. Anticipated award date is on or about July 30, 2004. All responsible sources may submit a proposal, which shall be considered by the Agency. The Proposal must include the following items: * Loaded Labor Rates * Estimated Number of Hours * Skill Levels/Categories * Completed Questionnaire (included in the Statement of Work found on the ARSC Website) * Current references within the last three years, with names, email addresses and phone numbers. * Completed Offeror Representations and Certifications-Commercial Items, FAR 52.212-3. (A sample can be found on the ARSC Website.) Any additional information that you feel would be beneficial during the technical evaluation may also be submitted. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. 52.212-1 Instructions to Offerors Commercial Items (JAN 2004) 52.212-2 Evaluation Commercial Items (JAN 1999), the following factors, in descending order of importance, (1) Optimization Experience, most important, is followed by; (2) Past Performance (give current references within the last three years, with names, email addresses and phone numbers in performing the same type of or similar functions; (3) Delivery; and (4) Price. After technical factors have been evaluated, price will then be considered. Price will be a substantial consideration in any resulting price/technical evaluation, but price will be subordinate to the other listed elements. 52.212-3 Offeror Representations and Certifications ? Commercial Items (MAY 2004). Offerors shall include a copy of this provision with their offer. 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. (JUN 2004) ADDENDUM 52.252-2 Clauses Incorporated by Reference (FEB 2000). The full text of the clause may be accessed electronically at Internet address www.deskbook.Osd.Mil. 52.246-4 Inspection of Services Fixed Price (AUG 1996); 52.247-34 F.O.B. Destination (NOV 1991); 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) Alternate I (OCT 1995) (41.U.S.C. 253g and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d) (2) and (3)). 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (DEC 2001) (38 U.S.C. 4212) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 52.211-15 Defense Priorities and Allocations Systems Rating: DO-A1 (SEP 1990). Minority, Women-owned and Disadvantaged Businesses (DBE?s)! 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 on STLP, call 1-800-532-1169, Internet address: http//osdbuweb.dot.gov. Closing date and time for receipt of offers is 08 JUL 04, 2:00 p.m., ET. Facsimile offers are acceptable and may be forwarded to 252-335-6840. No extensions will be granted. Contact Jamie W. Colson for questions regarding this solicitation 252-384-7150.
 
Place of Performance
Address: Logistics Analysis Branch, US Coast Guard, Aircraft Repair and Supply Center, Elizabeth City, NC
Zip Code: 27909
Country: US
 
Record
SN00609200-W 20040626/040624211559 (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 |
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.