Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
DOCUMENT

19 -- Special Purpose Craft-AIR (SPC-AIR) - SPC-AIR Specification (Attachment A) - SPC-AIR Combined Synopsis Solicitation - SPC-AIR Price Scenario Worksheet (Attachment B)

Notice Date
7/21/2008
 
Notice Type
SPC-AIR Price Scenario Worksheet (Attachment B)
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-08-R-MNQ023
 
Point of Contact
Ijeoma Ezeonwuka,, Phone: 202-475-3236, Waldron J O'Brien,, Phone: 202-475-3238
 
E-Mail Address
ijeoma.ezeonwuka@uscg.mil, walt.j.o'brien@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This small business set-aside procurement is being issued in accordance with the procedures in FAR Part 12, FAR Part 15 and FAR Subpart 16.5. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Firm-Fixed-Price Indefinite Delivery Requirements type contract with a period of performance of 60 months. The solicitation number is HSCG23-08-R-MNQ023 and it is being issued as a Request for Proposals (RFP) under NAICS Code 336612 (size standard: 500 or fewer employees) as a 100% small business set-aside. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The USCG has a requirement to purchase a minimum of 7 and a maximum of 35 Special Purpose Craft-Air (SPC-AIR) boats to be used by the USCG field units in order to perform the USCG ice rescue mission primarily in the United States Great Lakes and the Lake Saint Clair areas. These boats shall be capable of traversing multi-terrain cold weather environments including open waters, rough waters (up to three feet), solid ice, thin ice, broken ice and snow, emphasizing safety for the crew, passengers and personnel. As a result of this solicitation, it is anticipated that a Firm-Fixed Priced Indefinite Delivery Requirements type contract with provisions for issuance of delivery orders will be awarded in accordance with FAR 16.503. The period of performance will be 60 months from the date of contract award. For planning purposes, it is anticipated that up to 35 boats will be procured under the contract, at an anticipated rate of approximately 7 per year. An initial delivery order for 7 boats will be issued concurrently with the Requirements Contract. These boats are expected to be Commercial-Off-The-Shelf (COTS) with some probable minor modifications (see FAR 2.101 for the definition of minor modifications). Any minor modifications to the successful COTS boat will be carried out after contract award. Under the initial delivery order for 7 boats, the first boat (lead boat) is required to be delivered within 120 days of the order being placed. The delivery for the subsequent boat will begin 18 days after the inspection and acceptance for the first boat with each subsequent delivery within 18 days after delivery of the previously ordered boat. Actual ordering may vary depending upon operational need and availability of funds. Offerors shall provide prices for the following Contract Line Item Numbers (CLINS): Ordering Period One – CLIN 00001 – Complete Boat (includes Boat Outfit, Propulsion System, Owner’s Manual, Technical Binder, Trailer, Warranty and First 150 Hours of Spare Parts); CLIN 00002 – Delivery; CLIN 00003 – Training; CLIN 00004 – Provisioning Data; CLIN 00005 - Spare Parts (CLIN 00005a: Maintenance Spares Kit, CLIN 00005a: Electronics Spares Kit). Ordering Period Two – CLIN 10001 – Complete Boat (includes Boat Outfit, Propulsion System, Owner’s Manual, Technical Binder, Trailer, Warranty and First 150 Hours of Spare Parts); CLIN 10002 – Delivery; CLIN 10003 – Training; CLIN 10004 - Spare Parts (CLIN 10004a: Maintenance Spares Kit, CLIN 10004a: Electronics Spares Kit). Ordering Period Three – CLIN 20001 – Complete Boat (includes Boat Outfit, Propulsion System, Owner’s Manual, Technical Binder, Trailer, Warranty and First 150 Hours of Spare Parts); CLIN 20002 – Delivery; CLIN 20003 – Training; CLIN 20004 - Spare Parts (CLIN 20004a: Maintenance Spares Kit, CLIN 20004a: Electronics Spares Kit). Ordering Period Four – CLIN 30001 – Complete Boat (includes Boat Outfit, Propulsion System, Owner’s Manual, Technical Binder, Trailer, Warranty and First 150 Hours of Spare Parts); CLIN 30002 – Delivery; CLIN 30003 – Training; CLIN 30004 - Spare Parts (CLIN 30004a: Maintenance Spares Kit, CLIN 30004a: Electronics Spares Kit). Ordering Period Five – CLIN 40001 – Complete Boat (includes Boat Outfit, Propulsion System, Owner’s Manual, Technical Binder, Trailer, Warranty and First 150 Hours of Spare Parts); CLIN 40002 – Delivery; CLIN 40003 – Training; CLIN 40004 - Spare Parts (CLIN 40004a: Maintenance Spares Kit, CLIN 40004a: Electronics Spares Kit). The following attachments are included and are hereby incorporated into this solicitation: (A) Special Purpose Craft-AIR (SPC-AIR) Specification and (B) Price Scenario Worksheet for Special Purpose Craft-Air (SPC-AIR). REQUIRED DELIVERY SCHEDULE: Under the initial delivery order for 7 boats, the first boat (lead boat) is required to be delivered within 120 days of the order being placed. The delivery for the subsequent boat will begin 18 days after the inspection and acceptance for the first boat with each subsequent delivery within 18 days after delivery of the previously ordered boat. Actual ordering may vary depending upon operational need and availability of funds. Each location shall be specified upon issuance of a delivery order. Anticipated delivery locations include: the Great Lakes region, Burlington VT, the Gulf region. These locations are subject to change based on operational needs. AUTHORIZED INDIVIDUALS TO PLACE ORDERS: Only the Contracting Officer (KO) from USCG (CG-9122) is authorized to place delivery orders with the successful Contractor. INTELLECTUAL PROPERTY: The Government is calling for deliverables of drawings and other technical data under this solicitation. Therefore each Vendor’s proposal must indicate what data is marked with restrictive legends. The following FAR provisions and clauses apply to this solicitation: (1) FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov. (2) FAR 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/. (3) FAR 52.212-1: INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (NOV 2007) (4) FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS (JAN 1999) and the following evaluation procedures will be used for this acquisition: (a) VESSEL OPERATIONAL CAPABILITIES AND PHYSICAL CHARACTERISTICS: Information to demonstrate your ability to produce and deliver a platform that enables the USCG to effectively perform mission critical operations at a consistently high level in accordance with the attached Specification. The proposed configuration of the platform will be evaluated for ease of use, to include launch and recovery evolutions, maintainability and supportability. Human engineering will also be evaluated to ensure that the boat is laid out in a manner that enables the crew to move freely, so as not to inhibit them from performing mission critical operations effectively. The proposed boat design maturity, ability to maintain the level of performance as set forth in the requirements, service life and reliability as well as maintenance with minimal down time in the field will also be evaluated. Information to support your demonstrated capability to produce and deliver boats at the rate and quantity stated in the price scenario worksheet. For planning purposes, it is estimated that up to 35 boats will be procured under the contract at an anticipated rate of 7 per year. Under the initial delivery order for 7 boats, the first boat (lead boat) is required to be delivered within 120 days of the order being placed. The delivery for the subsequent boat will begin 18 days after the inspection and acceptance for the first boat with each subsequent delivery within 18 days after delivery of the previously ordered boat. Actual ordering may vary depending upon operational need and availability of funds. Greater importance will be given to proposals that meet stated objective levels of performance in the specification. The submission of drawings is required. (b) QUALITY ASSURANCE AND MANAGEMENT: Information to support your demonstrated ability to ensure production, delivery, and supportability of high quality boats and mitigate risk of occurrence of quality problems as well as to manage and support an acquisition of this size; utilize and manage subcontractors (if applicable); and effectively and efficiently interact with the Government during production and the warranty period. (c) WARRANTY TERMS AND WARRANTY PROCESS: In accordance with Section 042-5 (Product Warranties) of the Specification, provide information to support your demonstrated ability to provide efficient and effective warranty support once the boats are delivered, by integrating our already established reporting and tracking website into your management of a warranty program. Submission of your warranty plan is required. (d) RELEVANT PAST PERFORMANCE: The Contractor must provide ONLY three past performance references (either Government or commercial customers) who have received same as or similar to the platform required in the attached specification and delivered within the last 3 years, or in progress, for past performance evaluation purposes. The following CURRENT information MUST be provided: (1) Name of organization, (2) Current Point of Contact, Email Address and Phone Number, (3) Contract Number (4) Brief description of the equipment provided and (5) Contract Value. These references will be contacted. The Government reserves the right to utilize relevant past performance information other than what was submitted in the Offeror’s proposal. (e) PRICE PROPOSAL: Your proposal shall be submitted on a Firm Fixed Price basis. Offerors shall provide pricing in accordance with the attached price scenario. The price will be evaluated as follows: The CLIN 00001 will be evaluated separately and then all other CLINs will be evaluated collectively. Quantity discounts are highly encouraged. It is preferred that a standard delivery price (s) be quoted (F.O.B Destination). The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. All offerors shall hold its proposals and prices firm for at least 90 days from the date specified for the receipt of proposals. BASIS FOR AWARD: The basis for award will be best value, which will be based on consideration of: The following factors: (1) the Vessel Operational Capabilities and Physical Characteristics, (2) Quality Assurance and Management, (3) Warranty Terms and Warranty Process, (4) Relevant Past Performance, and (5) Price - which are in descending order of importance. However, the Vessel Operational Capabilities and Physical Characteristics factor is significantly more important than all other non-price factors. All non-price factors when combined are significantly more important than Price. The Government intends to evaluate proposals and award a Contract without discussions. Therefore, each initial offer shall contain the Contractor’s best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (5) Offerors shall include a completed copy of provision FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION --COMMERCIAL ITEMS ALT I (JUN 2008) with their proposal, or reference their current certifications in the Online Representations and Certifications Application (ORCA) system. (6) The clause FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2007), applies to this acquisition. (7) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2008) applies to this acquisition. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1; 9; and 14 through 21; 23; 26; 31 and 33. (8) FAR 52.216-18: ORDERING (OCT 1995) (insert “date of contract award through 60 months from date of award”) (9) FAR 52.216-19: ORDER LIMITATIONS (OCT 1995) (insert “7 Complete Boat” in the blank space under minimum order; insert “35 Complete Boats”, and “days to be specified in each delivery order”, in the blank spaces under maximum order) (10) 52.216-21: REQUIREMENTS (OCT 1995) (insert “60 months from the date of contract award”) (11) The following FAR clauses are incorporated by reference: 52.202-1 Definitions (JUL 2004), 52.203-3 Gratuities (APR 1984), 52.203-5 Convenant Against Contingent Fees (APR 1984), 52.203-7 Anti-Kickback Procedures (JUL 1995), 52.203-8 Cancellation, Recision, and Recovery of Funds for Illegal or Improper Activity (JAN 1997), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), 52.203-12 Limitation on Payments to Influence Certain Federal Transaction (SEPT 2007), 52.204-7 Central Contractor Registration (APR 2008), 52.209-6 Protecting Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.219-1 Small Business Representations (MAY 2004), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.219-8 Utilization of Small Business Concerns (MAY 2004), 52.219-14 Limitations on Subcontracting (DEC 1996), 52.222-1 Notice to the Government of Labor Disputes (FEB 1997), 52.225-1 Buy America Act-Supplies (JUN 2003), 52.227-14 Rights in Data – General (DEC 2007), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (FEB 2002), 52.232-11 Extras (APR 1984), 52.232-23 Assignment of Claims (JAN 1986), 52.232-25 Prompt Payment (OCT 2003), 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (OCT 2003), 52.233-1 Disputes Alternate 1 (JUL 2002), 52.233-3 Protest after Award (AUG 1996), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004), 52.242-15 Stop-Work Order (AUG 1989), 52.243-1 Changes –Fixed Price (AUG 1987), 52.246-2 Inspection of Supplies – Fixed Price (AUG 1996), 52.246-16 Responsibility for Supplies (APR 1984), 52.247-34 F.O.B Destination (NOV 1991), 52.249-2 Termination for Convenience of the Government (Fixed Price) (MAY 2004), 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984), 52.249-14 Excusable Delays (APR 1984). The following Department of Homeland Security (DHS) Clauses are applicable to this acquisition and are incorporated by reference: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006), HSAR 3052.242-72 Contracting Officer’s Technical Representative (DEC 2003), HSAR 3052.247-22 F.O.B Destination Only (DEC 2003). Contractors doing business with the Government are required to register in the Central Contractor Registration (CCR) database before they can be awarded a contract. A template containing the information for registration can be found at: http://www.ccr.gov INSTRUCTION FOR PROPOSAL CONTENT: Volume I shall address the specification SEQUENTIALLY and shall demonstrate your capability to perform all specification (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFP instructions may result in your proposal being rejected and eliminated from further consideration. PROPOSAL PAGE LIMIT: The page limit for Volume I is 50 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212.3) are not included in the page limit. The page limit for Volume II is 10 pages on an 8x11 sheet, with a font size of 10-12. PROPOSAL SUBMISSION: Please submit your proposals in two separate volumes. Volume I shall contain all non-price factors (i.e. the Vessel Operational Capabilities, Physical Characteristics, Quality Assurance and Management, Warranty Terms and Warranty Process, and Relevant Past Performance). Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Ms. I.J Ezeonwuka via U.S. Mail, hand delivery, or courier service on or before 12:00 noon EDT on 21 August, 2008. (There will be no proposal submission via E-mail). Please submit: (1) One original and five copies of Volume II. (2) One original and one copy of Volume II. Mailing Address: U.S. Mail and Commercial Courier Service: Commandant, USCG Headquarters, Routing Symbol: CG-9122/INE, 2100 Second Street, S.W., Washington, DC 20593-0001, ATTN: Ijeoma Ezeonwuka, Jemal Building 11-0234, Phone: 202-475-3236, RFP: HSCG23-08-R-MNQ023. *Proposals submitted using the U.S. Postal Service are subject to possible delays and damage associated with security requirements involving irradiation of all incoming mail. Hand-Carried Deliveries: Commandant, USCG Headquarters, Suite 1100/Office No. 0234 (CG-9122), 1900 Half Street, S.W., Washington, DC 20593, ATTN: Ijeoma Ezeonwuka, Phone: 202-475-3236, RFP: HSCG23-08-C-MNQ023. *The U.S. Coast Guard Headquarters building on 1900 Half Street, Washington, DC, is a controlled access building. For Offerors intending to hand carry their proposal, prior arrangements for access must be made by contacting the Contract Specialist, Ms. I.J Ezeonwuka at least one business day prior to the date required for access. Expect some delays clearing building security and plan accordingly. It is the Offeror’s responsibility to ensure that proposals are delivered by the due date and time required. The required number of copies of the proposal must be received by the Contract Specialist prior to 12:00 Noon EST on the required submission date. No changes or additions to a volume will be permitted after this date, except as provided under clarifications of proposals or discussions, if necessary. An Offeror that fails to meet any due date will be considered “late” in accordance with FAR 52.212-1(f). The point of contact (POC) for this acquisition is Contract Specialist, Ms. I.J Ezeonwuka, Commandant (CG-9122). Solicitation questions must be submitted No Later Than 12:00 Noon EST on 29 July, 2008 to the POC via email at Ijeoma.Ezeonwuka@uscg.mil. ALL answers to questions will be posted by 12:00 Noon EST on 01 August, 2008. Questions received after the above cutoff date and time may not be answered. Submission of questions and any resulting answers from the Government will not require the KO to extend the solicitation closing date. All Amendments to the solicitation via http://www.fedbizopps.gov. Note: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman: Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06d275d715bacd9e7e5de66477abac28&tab=core&_cview=1)
 
Document(s)
SPC-AIR Price Scenario Worksheet (Attachment B)
 
File Name: SPC-AIR Specification (Attachment A) (SPC-AIR Specification (Attachment A).doc)
Link: https://www.fbo.gov//utils/view?id=0b033c76e710504ecc4a43187354ecdf
Bytes: 406.50 Kb
 
File Name: SPC-AIR Combined Synopsis Solicitation (SPC-AIR Combined_Synopsis Solicitation.doc)
Link: https://www.fbo.gov//utils/view?id=1da7e525091fdecba5358e9cd55fdae2
Bytes: 80.00 Kb
 
File Name: SPC-AIR Price Scenario Worksheet (Attachment B) (SPC-AIR Price Scenario Worksheet (Attachment B).xls)
Link: https://www.fbo.gov//utils/view?id=89e5a1a4a852f6abaad531079b82453e
Bytes: 32.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01618615-W 20080723/080721221902-06d275d715bacd9e7e5de66477abac28 (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 |
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.