SOLICITATION NOTICE
N -- INSTALLATION & LOGISTICS MANAGEMENT SERVICES (ILMS) - Past Perf Questionnaire (PPQ) - Labor Definitions - DD 254 - NDA - Wage Determination - SOW - Pricing Spreadsheet - CLIN Structure - Statement of Equivalent Hire - RFP/Solicitation
- Notice Date
- 1/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-13-R-ILMS
- Point of Contact
- Cheryl Ellis, Phone: 757-686-4201, Gwendolyn Scott, Phone: 757 686-4273
- E-Mail Address
-
cheryl.r.ellis@uscg.mil, Gwendolyn.b.scott@uscg.mil
(cheryl.r.ellis@uscg.mil, Gwendolyn.b.scott@uscg.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RFP/Solicitation Attachment 9-Statement of Equivalent Hire Attachment 3-CLIN Structure Attachment 2-Pricing Spreadsheet Attachment 1 - SOW Attachment 7-Wage Determination Attachment 4-NDA Attachment 5-DD 254 Attachment 6-Labor Definitions Attachment 8-Past Performance Questionnaire This is a Combined Synopsis/Solicitation for the United States Coast Guard's (USCG) Installation and Logistics Management Services (ILMS) Solicitation for the USCG Command Control and Communication Engineering Center (C3CEN) in accordance Federal Acquisition Regulation Part 12, Commercial Items. The NAICS Code for this solicitation is 541330, Engineering Services. This procurement will be an 8(a) Set Aside. The C3CEN, located in Portsmouth, is seeking capable 8(a) certified small business sources or 8(a) joint-ventures including those with approved SBA Mentor, Protege' Agreements that can provide installation and logistics management services for Command Control Communications Computers Information Technology (C4IT) systems supported at C3CEN. Contract teaming is encouraged as prescribed under the SBA rules for Joint Ventures, Prime Contractor/Sub-Contractor arrangements, and the SBA's Mentor-Protege' Program procedures. For more information, interested 8(a) firms should consult with their respective Business Development Specialist or visit www.sba.gov. The purpose of this acquisition is to acquire non-personal Installation and Logistic Management Services (ILMS) for the U.S. Coast Guard wide Command, Control, Communication Computer and Information Technology (C4IT) system installation and logistics management. Required support services shall include, but not be limited to, the following: a. C4IT system documentation support; b. C4IT system installation and de-installation of equipment; c. C4IT system Time Compliance Technical Order (TCTO) support; d. C4IT system field support; and e. C4IT System Management and Engineering Facilities (SMEF) support. The installation and logistics management support services are required by the Command, Control, Communications Engineering Center (C3CEN) and Telecommunication and Information System Command (TISCOM) Centers of Excellence within the Coast Guard's C4IT structure. This PWS establishes and defines requirements for installation, logistics and management services (ILMS) required primarily within the continental United States (CONUS), including Alaska, Hawaii, Guam, or Puerto Rico, and/or OCONUS on an as-needed basis. The contractor shall provide all labor, material, supplies, test equipment, tools, and any other items required to satisfactorily perform support services. Services are to be performed aboard U.S. Coast Guard (USCG) vessels/cutters at USCG shore facilities and potentially USCG units located CONUS/OCONUS. It is anticipated that multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts with Firm Fixed Price Labor Hours will be awarded under FAR Part 12. The majority of the Task Orders issued under the IDIQ contracts will be competed among IDIQ contractors unless the contemplated task order meets the exception stated in FAR 16.505. The IDIQ contracts will include five year base period for an estimated total period of 60 months. Award criteria is set forth in the RFP. Please direct all inquiries to the Contract Specialist, Linda Nash-Gallaher (Support Contractor in accordance with 9.505-4) via e-mail at Linda.L.Nash-Gallaher@uscg.mil. Contractors doing business with the Government are required to register in the SAMS formerly CCR before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM. All responsible 8(a) business sources may submit a proposal which will be considered by the Government. Interested parties are requested to respond to this announcement by providing written questions by January 22, 2013; 4:30 PM EST via e-mail to the POC. Verbal questions WILL NOT BE ACCEPTED. Responses to this RFP are due to the U.S. Coast Guard, Command, Control and Communications Center (C3CEN) Office NLT than 2:00 PM, Eastern Standard Time (EST) on FEBRUARY 11, 2013. Potential offerors are encouraged to monitor the FEDBIZOPPS website for additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-13-R-ILMS/listing.html)
- Place of Performance
- Address: 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN02962585-W 20130112/130110233904-b3a4d67a8148b35ebdd87107f8c7f190 (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 |