SOLICITATION NOTICE
R -- Federal Marine Fisheries Regulations Licenses to the United States Coast Guard
- Notice Date
- 5/8/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG8-08-Q-MLE062
- Point of Contact
- Thomas D Rush,, Phone: 202-372-4068
- E-Mail Address
-
Thomas.D.Rush@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The U.S. Coast Guard intends to procure Federal Marine Fisheries Regulations to the United States Coast Guard (USCG). 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 is on an Unrestricted basis. SCOPE: United States Coast Guard Statement of Work 2008-2009 Purchase Order 1. Supplier agrees to provide Federal Marine Fisheries Regulations to the United States Coast Guard (USCG), for the period of 1 September 2008 through 31 August 2009. These regulations will be utilized by fisheries boarding officers, aircraft commanders and operations oversight personnel to enforce federal fisheries regulations at-sea and on the dock. Key requirements of these regulations are that: a. They must be clearly organized and formatted to provide quick and easy access for enforcement personnel to the appropriate section of the regulations. As many sections of the regulations reference other sections, section references should be clearly linked for quicker reference by enforcement personnel. For the total license fee, supplier grants to the USCG, for the period from 1 September 2008 through 31 August 2009, the irrevocable, non-exclusive right to use, store, reproduce in any medium, or transmit in any form or by any means, all the data and updates (deliverables) described in this SOW; supplier retains the right to sell or otherwise market to any other entity or individual the data and service covered by this SOW. b. They must be kept up-to-date with updates provided to the Coast Guard on a regular basis, at a minimum monthly. c. They must contain all appropriate parts of Titles 15, 46 (Part 28 only) and 50 of the Code of Federal Regulations that are enforced by the Coast Guard. Current regulations being provided include 50 CFR 216, 222, 223, 224, 226, 229, 230, 300, 403, 600, 622, 635, 640, 648, 654, 660, 665, 679, and 697; 15 CFR 904 and 922; 46 CFR 28 and the Lacey Act, 16 USC 3371-3378. d. They must be provided in electronic.chm format, windows CE and Palm format. The supplier should be able to provide at the request of field units a paper copy of all or portions of these regulations—excluding regulations applicable to the U.S. west coast—in the form of its Books GEN, ADM, NE/MA, and SA/C/G, paid for by the requesting units at a cost in addition to this contract. Paper copy service should also include a monthly update feature. The USCG will ensure that the data provided to it under this agreement, in whatever form, is protected from use by anyone outside the Coast Guard. Excerpts from the regulations will be allowed to be used by the Coast Guard for inclusion in law enforcement case packages and other official purposes, whereby the information will be transferred outside the Coast Guard. 2. In addition, supplier will maintain the existing Vessel Monitoring System (VMS) regulated areas database. This database consolidates all the geographically defined regulatory areas in the federal marine fisheries regulations into one Excel file so that these areas may be imported into Coast Guard command and control systems. Supplier will need to provide all areas that are promulgated as final regulations, provided that can be done on the basis of the regulatory text, plus use of MapTech software for the sole purpose of creating latitude and longitude points for land intersections described in the regulations. For this purpose, the USCG will provide the supplier with MapTech software program and data disks. Updates must be provided on a regular basis, at a minimum monthly. VMS updates should be formatted identically to that being used at present (Microsoft Excel spreadsheets), and updated files will be transmitted via e-mail. 3. Advance Payment Provision: Due to automatic upgrades/updates throughout the performance period, advance payment is authorized under attached FAR 52.232-12. 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 2:00 PM, ET, MAY 22, 2008. Cost Proposal: provide Firm Fixed-Price. Offerors must submit proposal to Thomas Rush, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Thomas.D.Rush@uscg.mil are PREFERRED, and must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. Award will be based on Lowest Price Technically Acceptable. 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 14:00 PM ET, MAY 15, 2008. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors—Commercial Items (Sept 2006), FAR 52.212-4 Contract Terms and Conditions—Commercial Items (Feb 2007). FAR 52.212-3 OFFERER REPRESENTATION AND CERTIFICATIONS- COMMERCIAL ITEMS (NOV 2006) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Items (Mar 2007) are attached. Offerors can retrieve these clauses on the INTERNET at www.arnet.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49e4445a58b32830aeef2ea72a8f6dfc&tab=core&_cview=1)
- Place of Performance
- Address: USCG HEADQUARTERS SUPPORT COMMAND, 2100 2ND ST. S.W., WASHINGTON, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN01569744-W 20080510/080508221434-49e4445a58b32830aeef2ea72a8f6dfc (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 |