Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

D -- IT Technology Management - Past Performance - IDIQ PWS - Pricing Proposal Worksheet - Commandant Memorandum (CG-761)

Notice Date
8/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
HSCG23-11-R-MLQ141
 
Archive Date
9/11/2011
 
Point of Contact
Justin G. Higginbotham, Phone: 202-475-3725, James Ferguson, Phone: 202-475-3194
 
E-Mail Address
justin.higginbotham@uscg.mil, James.F.Ferguson@uscg.mil
(justin.higginbotham@uscg.mil, James.F.Ferguson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Enclosure (4) Commandant Memorandum (CG-761) dated 07/05/2011 Enclosure (5) Pricing Proposal Worksheet Enclosure (2) Task Order PWS Enclosure (1) IDIQ PWS Enclosure (3) Past Performance i)This is a combined Synopsis/Solicitation for commercial items or services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. ii)This solicitation is issued as a Request for Proposal (RFP), HSCG23-11-R-MLQ141, to provide documentation and program management for the coordination of information technology support services for U.S. Coast Guard (USCG) involving Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) capabilities. The contractor will work directly with end-users to identify mission needs and requirements for C4ISR capabilities and coordinate with several stakeholder groups to deliver these capabilities in the most efficient manner possible. Contractor shall provide services to assist the USCG in initiating, planning, and closing out C4ISR programs and projects. In accordance with FAR 12.203, the Contracting Officer may also use Federal Acquisition Regulation procedures for solicitation, evaluation and contract award prescribed in FAR15, FAR 16.5, and FAR 19.1305, as appropriate. iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 (Aug 2011). iv)This solicitation is 100% set-aside for HUBZone. The NAICS is 541611 (administrative management). Offerors are solicited only from SBA Certified HUBZone Small Business Concerns. Proposals received from offerors that are not HUBZone concerns will not be considered. HUBZone businesses are required to maintain a principal office in one of the specified areas and meet the 35% employee resident requirement. v)The Contract Line Item Number (CLIN) structure shall consist of multiple CLINS for labor categories/hours in the base period and four (4) option periods of an Indefinite Delivery Indefinite Quantity (IDIQ) contract. vi)The description of services can be found in the enclosures. vii)The base period of the IDIQ contract will be eight (8) months from the date of award - to be followed by four consecutive option periods of twelve (12) months each. The anticipated initial task order for the IDIQ contract will have a period of performance of eight (8) months. Performance and acceptance shall be at USCG Headquarters. viii)The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following addendum is provided to Paragraph (b): Proposals shall be submitted in two (2)Volumes. Volume I- Volume I, Non-Price, shall contain information addressing Technical Capability and Relevant Past Performance. Under the Technical Capability section, address both of the attached Performance Work Statements (PWS) in a consolidated offer that demonstrates the offeror's capability to perform the work. This section should be organized to follow the PWS with an emphasis on part 5. Include resumes for key personnel in the Technical Capability section. Volume I is limited to 50 pages. Under the Relevant Past Performance section of Volume I, list the following information for three (3) past performance references: 1. Name of Contracting Acting Activity, 2. Contract Number, 3. Contract Type, 4. Total Contract Value, 5. Description of Contract Work, 6. Contracting Officer (or equivalent) name and e-mail address, 7. Contracting Officer's Technical Representative (or equivalent) name and e-mail address, 8. Program Manager (or equivalent) name and e-mail address, and 9. Names of first-tier subcontractors (if applicable) Provide the USCG Past Performance Questionnaire (enclosure 3) to the listed references. An Offeror may use as references: relevant contracts, delivery orders, purchase orders, and subcontracts that it has worked with directly. To be considered relevant, the services must have been performed within the past three years and the total dollar value must exceed $100,000.00. In accordance with the instructions provided, offerors shall request that the questionnaire be completed by each reference and forwarded directly to Mr. Justin Higginbotham via e-mail (Justin.Higginbotham@uscg.mil). Questionnaires are due no later than the day and time proposals are due. Offerors may provide supplemental information on both problems encountered and corrective actions taken on relevant contracts, delivery orders, purchase orders, and subcontracts referenced. Offerors should not provide general information on their performance; such information will be obtained via the questionnaires. Volume II shall contain pricing information. With respect to the pricing section: the Government estimates, but does not guarantee, that 10,260 labor hours will be required in the base period of the IDIQ contract and to perform the PWS tasks for the initial task order. The initial task order price shall be identical to the base period of the IDIQ contract. The Government estimates, but does not guarantee, that 14,740 labor hours will be required in each option period of the IDIQ contract. Allocate labor hours across proposed labor categories in spreadsheet form as deemed appropriate to support technical capability. Any proposal not based on the Government's estimates for labor hours must include an explanation for its basis. The amount for Other Direct Costs (Travel) which are inclusive of the General and Administrative costs are: Base period, $3,888; Option Period 1, $5,200; Option Period 2, $5,200; Option Period 3, $5,200; and Option Period 4, $5,200. Volume II Volume II shall include Representations and Certifications FAR 52.212-3.Volume II shall also include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. There is no page limit for Volume II. ix)The Provision at 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) applies. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability - The Government will evaluate the offeror's demonstrated capability to perform the tasks described in both Performance Work Statements. Note that simply restating the PWS requirements is insufficient. The Government will evaluate resumes and the proposed labor mix for how they support the offeror's technical capability. Relevant Past Performance - To be considered relevant, the services must have been performed within the past three years and the total dollar value must exceed $100,000.00. The offeror is solely responsible for ensuring the Questionnaire is completed and returned by the respective references to the email address on or before the deadline. The Government reserves the right to utilize past performance information other than the information received via proposals or questionnaires. A vendor's lack of relevant past performance information will be evaluated by the Government as "Neutral" for this factor. Price - The Government will evaluate each of the five (5) separate periods of performance (base and 4 options) in the offeror's price proposal for the IDIQ contract. Labor rates will be evaluated individually to determine if they are fair and reasonable. The factors listed above are in descending order of importance. Technical Capability and Relevant Past Performance, when combined are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). It is in the best interest of the Government to use options to extend service FAR 52.217-5. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x)Offeror shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer; 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 procurement and is incorporated by reference. xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and appears below in full text. The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, with Alternate I, (2) 52.203-13, (4) 52.204-10, (6) 52.209-6, (8) 52.219-3, (13) 52.219-8, (14) 52.219-9, (15) 52.219-14, (16) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-21, (27) 52.222-26, (28) 52.222-35,(29) 52.222-36, (32) 52.222-54, (40) 52.225-13, (45) 52.232-33, (48) 52.239-1 (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 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 are listed below, full text can be found at http://farsite.hill.af.mil/. 52.217-9 Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within _30_days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60_ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _62_(months). 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/these address(es): https://www.acquisition.gov/FAR/ The following clauses are IBR: 52.217-5 Evaluation of Options. As prescribed in 17.208(c), insert a provision substantially the same as the following: Evaluation of Options (July 1990) 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within __60 days_. 52.232-8 Discounts for Prompt Payment (Feb 2002). 52.232-17 Interest (Oct 2010). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). In addition Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions apply to this requirement: HSAR clauses can be found at http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf. HSAR 3011.602(c)(1) General; HSAR 3052.204-71 - Contractor Employee Access (JUN 2006) ALT II (JUN 2006); 48 CFR 3027.404 - Basic rights in data clause; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) HSAR 3052.209-72 Organizational Conflict of Interest (JUN 2006) HSAR 3052.242.72 Contracting Officer's Technical Representative (DEC 2003) xiv)Defense Priorities and Allocation System is not applicable. xv)Proposals shall be submitted on 8.5" x 11" paper with a font size not smaller than 12 points. Proposals shall be in PDF except the price proposal which shall be submitted in an Excel spreadsheet as outlined in 52.212-1 (1). xvi)All questions must be submitted by 8/17/2011. Proposals shall be sent via email to Justin Higginbotham at Justin.Higginbotham@uscg.mil not later than the date/time posted at FedBizOpps. Enclosures: (1) IDIQ PWS (2) Task Order PWS (3) Past Performance (4) Commandant (CG-761) memorandum dated 07/05/2011 (5) Price Proposal Worksheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-MLQ141/listing.html)
 
Record
SN02532056-W 20110814/110812235141-061fe7b6a1a0daf37b40df9261567042 (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.