Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

19 -- Boatswain's Mate (BM) "A" School Training Boat - Combined Synopsis-Solicitation, HSCG23-09-R-MNQ234, RFP Attachments

Notice Date
8/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
HSCG23-09-R-MNQ234
 
Archive Date
9/25/2009
 
Point of Contact
Todd W Blose, Phone: 202-475-3205, Waldron J O'Brien, Phone: 202-475-3238
 
E-Mail Address
todd.w.blose@uscg.mil, walt.j.o'brien@uscg.mil
(todd.w.blose@uscg.mil, walt.j.o'brien@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CombinedSynopsis-Solicitation_RFP-AttchD(PricingScenario)_MNQ234.xls FBO_CombinedSynopsis-Solicitation_RFP-AttchC(PPQ)_MNQ234.pdf FBO_CombinedSynopsis-Solicitation_RFP-AttchB(Clauses)_MNQ234.pdf FBO_CombinedSynopsis-Solicitation_RFP-AttchA(Specs)_MNQ234.pdf FBO_CombinedSynopsis-Solicitation_RFP_MNQ234.pdf (i) 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 procurement is being issued in accordance with the procedures in FAR Part 12, Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written synopsis will not be issued. (ii) The solicitation number is HSCG23-09-R-MNQ234 and it is being issued as a Request for Proposals (RFP). (iii) The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (iv) The North American Industrial Classification System (NAICS) for this procurement is 336612 (size standard: 500 or fewer employees) and is solicited as a 100% small business set-aside. (v) Offerors shall provide prices for the Contract and Optional Line Item Numbers (CLINS) items, and quantities as listed in Attachment D, “Pricing Scenario”. (vi) The USCG has a requirement to purchase an estimated: (1) a minimum of one and a maximum of 16 Boatswain’s Mate (BM) “A” School Training Boats and (2) associated outfit, parts, and logistics information for the USCG Office of Boat Forces. These boats support the Coast Guard’s Boatswain’s Mate “A” School (BM “A” School) which is conducted at Coast Guard Training Center (TRACEN) Yorktown in Yorktown, VA. Attachment A, “Training Boat Specs”, contains the required (Threshold) and desired (Objective) specifications for this requirement. As a result of this solicitation, it is anticipated that a single Firm-Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) type contract with provisions for issuance of delivery orders (DO) will be awarded in accordance with FAR 16.504. The contract will consist of an ordering period of five years from the date of contract award. For planning purposes, it is anticipated that up to 16 boats will be procured under the contract; an initial DO for an estimated one boat will be issued concurrently with the award of the Contract. These boats are expected to be Commercial products with some probable minor modifications (see FAR 2.101 for the definition of minor modifications). The Government intends to evaluate proposals and award a single Contract without discussions. Therefore, each initial offer shall contain the best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (vii) REQUIRED DELIVERY SCHEDULE: The first boat is required to be delivered within 240 days of the order being placed. If subsequent boats are ordered after the delivery of the first boat, delivery shall begin 180 days after the receipt of the order with each subsequent delivery due 30 days after the delivery of the previously ordered boat. The delivery location for boats, outfit and parts (CLINs x001-x006) ordered is: US Coast Guard Training Center Boat Forces and Cutter Operations (BFCO) Branch Wormley Creek Yorktown, VA 23690-5000 The delivery location for logistics information, technical publications and manuals (CLINs 1007-1010) is: COMMANDANT (CG-731) Attn: Training Boat Project Officer US Coast Guard 2100 Second St., SW Stop 7356 Washington, DC 20593-7356 Orders will be made based on the availability of funds and urgency/need of USCG units that are receiving the equipment. It is preferred that delivery price(s) be quoted (F.O.B. Destination), and made IAW Section 087 of Attachment A, “Specification”. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation – Commercial Items applies to this acquisition. Refer to Attachment B, “Additional Applicable FAR and HSAR Provisions and Clauses”, for the specific evaluation criteria. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with their offers; OR verify that information required by this provision is listed on the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items, applies to this acquisition. Offerors will refer to clause 52.212-5 listed in Attachment C for the additional clauses applicable to this acquisition. (xiii) Additional contract requirements and terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices: (1)In their proposal, Offeror’s shall provide statements to describe how the proposed Training Boat will exceed threshold requirements to fully or partially achieve any objective requirements identified in the Specification. (2)WARRANTY TERMS and CONDITIONS: The Contractor shall provide Warranty on all boats ordered in accordance with the terms and conditions of their standard commercial warranty offerings in addition to Section 042-6 (Product Warranties) of the Specification IAW Attachment A. (3)INSTRUCTION FOR PROPOSAL CONTENT: Offeror’s proposals shall be submitted in two separate Volumes. Volume I shall contain information addressing the: (a) Vessel Operational Capabilities and Physical Characteristics, (b) Construction and Logistics Capability and Quality Assurance, (c) Warranty Terms and Warranty Process, and (d) Relevant Past Performance. Volume I shall address the specifications (Attachment A) SEQUENTIALLY; for example: Government’s Requirement: 100-1.1 The hull, main deck, and superstructure shall be aluminum, and constructed IAW ISO standard 12215 “Small craft – Hull Construction and Scantlings”. Contractor’s Response: “The Offeror shall…” Offerors shall demonstrate the boat technical capabilities per the specifications (if responses are located in accompanying product literature, Offerors must 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 Offeror’s capabilities. If an Offeror fails to sequentially address all specifications, simply restates the requirements, or fails to comply with any of the RFP instructions, its proposal may be rejected and eliminated from further consideration. Offerors shall include in the proposal its detailed commercial warranty terms and process. In the specification document, items followed by the word "Threshold" are minimum requirements or performance that the proposed product must have. Items followed by the word "Objective" represent desirable increases in operational capabilities. Each Offeror may include capabilities and equipment intended to achieve or exceed the “objective” requirements listed in the specification, however any proposed boat must meet all “threshold” or minimum requirements in order to qualify for award. Offeror’s proposals shall contain information on a maximum of three (3) references over the past three years that are relevant to this requirement to include: (1) Name of organization, (2) Current Point of Contact, Email Address and Phone Number, (3) Contract Number (4) Brief description of the boats provided and (5) Contract Value. The Offeror shall submit the Past Performance Questionnaire (see Attachment 8) to three references for completion. The references (not the Offeror) shall return the completed questionnaire to the email address shown on the Questionnaire no later than five business days after the closing date of this solicitation. Any completed questionnaire returned directly by the Offeror to the Government shall not be accepted. The Offeror is solely responsible to ensure that the Questionnaire is completed and returned by the respective references to the email address on or before the deadline. See separate attachment for Questionnaire and instructions. Volume II: The Contractor shall submit proposals on a Firm-fixed Price basis. Volume II shall contain (a) a completed Attachment D, “Pricing Scenario”, as well as a price breakdown of the proposed product by entering the respective unit prices and extended prices for the CLINS listed, and (b) the Offerors Representations and Certifications required by the provision at 52.212-3 IF they are not listed at the ORCA database. (4)PROPOSAL PAGE LIMIT: PROPOSAL PAGE LIMIT: The page limit for Volume I is 100 pages total, and there is 15 page limit for Volume II. Both volumes shall be on an 8x11 sheet, with a font size of 10-12. 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. a.For Volume I, submit One Original and Five Copies b.For Volume II, submit One Original and Two Copies. (5)ORDERING PROCEDURES Contracting Officer – IDIQ Level The IDIQ Contracting Officer located at the USCG Headquarters shall have the overall responsibility for the administration of the IDIQ Contract. The IDIQ Contracting Officer shall be the only individual authorized to take actions on behalf of the Government to amend, modify or deviate from the IDIQ Contract terms, conditions, requirements, specifications, details, and/or delivery schedules. The IDIQ Contracting Officer is responsible for the overall administration and final closeout of the IDIQ Contract, and when necessary will provide scope oversight; serve as liaison between the Contractor and USCG; assist in expediting orders; ensure compliance with the IDIQ Contract requirements; issue amendments against the IDIQ Contract; and track dollar ceilings. Contracting Officer – DO Level The IDIQ Contracting Officer, located at USCG-HQ, shall be the only individual authorized to issue orders for Training Boats on behalf of the Government. (6)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 (7)The following attachments are included and are hereby incorporated into this solicitation: (A) BM “A” School Training Boat Specifications; (B) Additional Applicable FAR and HSAR provisions and clauses; (C) Past Performance Questionnaire; and (D) Price Scenario Worksheet. (8)INTELLECTUAL PROPERTY: The Government is calling for deliverables of drawings and other technical data under this solicitation. Therefore each Offeror’s proposal must mark all protected data with the appropriate restrictive legend IAW Clause 52.227-14, Rights in Data – General. (9)A proposed objective, either fully or partially met, may be incorporated as a part of any resulting contract. Should an offeror offer an “objective item” and that offeror is selected for award, that “objective” item shall become a requirement in its respective contract. (10)DELIVERABLES: Offeror shall provide a warranty plan to demonstrate the ability to meet the warranty requirements in accordance with Section 042-6 (Product Warranties) of the Specification. The Offeror shall provide technical manuals for the engines and all installed electronics and equipment. (xiv) The Defense Priorities and Allocations System (DPAS) does NOT apply to this acquisition. (xv) Proposals shall be submitted via “HAND-CARRIED DELIVERY ONLY” on or before 12:00 noon EDT on 10 September 2009. There shall be no proposal submission via e-mail, USPS, FedEx, UPS, DHL, or any other commercial/courier carriers. *Due to the very stringent nature and the extra security procedures taken on all commercially delivered mail, all Offerors must hand delivery their proposals to the address below: Commandant (CG-9122) ATTN: Todd W. Blose (JR11-0237) United States Coast Guard 1900 Half Street, S.W., Washington, DC 20593 Phone: 202-475-3205 RFP: HSCG23-09-R-MSA051. *NOTE: The U.S. Coast Guard Headquarters building on 1900 Half Street, Washington, DC, is a controlled access building. Prior arrangements for access must be made by contacting the Contract Specialist, Mr. Todd W. Blose 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 no later than (NLT) 12:00 Noon EDT on the required submission date. No changes or additions to a volume will be permitted after this date, except as provided under discussions, if necessary. An Offeror that fails to meet any due date will be considered “late” in accordance with FAR 52.212-1(f). Solicitation Questions: Questions must be submitted NLT 12:00 Noon EDT on 21 August 2009 to the POC via email at Todd.W.Blose@uscg.mil. ALL answers to questions will be posted on or before 12:00 Noon EDT on 25 August 2009. 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 Contracting Officer to extend the solicitation closing date. All Amendments to the solicitation will be posted 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. (xvi) The point of contact (POC) for this acquisition is Contract Specialist, Mr. Todd W. Blose/CG-9122. He can be reached at (202) 475-3205 or via e-mail at Todd.W.Blose@uscg.mil. 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 Government 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: Commandant (CG-9131), ATTN: Ombudsman Program for Agency Protests, United States Coast Guard, 2100 2nd St SW STOP 7112, Washington, DC 20593-7112; FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-09-R-MNQ234/listing.html)
 
Place of Performance
Address: US Coast Guard Training Center, Boat Forces and Cutter Operations (BFCO) Branch, Wormley Creek, Yorktown, Virginia, 23690-5000, United States
Zip Code: 23690-5000
 
Record
SN01906695-W 20090813/090811235822-ccfbe41bde1cb65ee3afae275f2df53e (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.