Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

D -- Incident Management and Incident Planning Software System - Attachment 2 - Clauses and Provisions - Attachment 4 - Past Performance Questionnaire - Attachment 5 - Addresses for initial delivery order - Attachment 1 - Statement of Requirements - Attachment 3 - Price Worksheet

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-14-R-MPE209
 
Point of Contact
Marlecia M. Newby, Phone: 2024753199, James Ferguson, Phone: (202) 475-3194
 
E-Mail Address
marlecia.m.newby@uscg.mil, james.f.ferguson@uscg.mil
(marlecia.m.newby@uscg.mil, james.f.ferguson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Price Worksheet Attachment 1 - Statement of Requirements Attachment 5 - Addresses for initial delivery order Attachment 4 - Past Performance Questionnaire Attachment 2 - Clauses and Provisions (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is HSCG23-14-R-MPE209 and is issued as a request for proposal (RFP). (iii) The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv) This procurement is being solicited as a 100% small business set-aside and the associated North American Industrial Classification System (NAICS) code for this procurement is 541519 (small business size standard: average annual receipts-$27.5 million). (v) Offerors shall provide pricing for the Contract Line Item Number (CLIN) items and quantities as listed in Attachment 3, "Pricing Worksheet". (vi) The United States Coast Guard (USCG) has a requirement for a software solution to support all functional areas of USCG Incident Management, Incident Action Planning (IAP), and incident preparedness activities. Attachment 1, "Statement of Requirements (SOR)", contains the requirements to be satisfied by the successful Offeror awarded a contract as a result of this solicitation. The software licenses and associated support provided in accordance with (IAW) the SOR are considered commercial items. (vii) The USCG anticipates a single-award Firm-Fixed-Priced (FFP) Indefinite Delivery / Indefinite Quantity (IDIQ) type contract to purchase up to 89 software licenses and associated support. The IDIQ contract will have provisions for issuance of delivery orders to be awarded in accordance with FAR 16.504 as a result of this solicitation. The contract will consist of five (5) consecutive ordering periods of one (1) year each. An initial delivery order to purchase 56 software licenses and associated support will be issued concurrently with the award of the IDIQ Contract. A list of addresses for the initial delivery order is provided as attachment 5. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Refer to Attachment 2, "Provisions-Addendum to FAR 52.212-1" for additional proposal submission instructions. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. Refer to Attachment 2, "Provisions-FAR and HSAR Provisions and Clauses in Full Text" for evaluation factors. (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 System for Award Management (SAM) website located at https://www.sam.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 shall refer to clause 52.212-5 listed in Attachment 2 "Clauses" for additional clauses applicable to this acquisition. (xiii) Additional contract requirements, terms and conditions are determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. The following attachments are included and are hereby incorporated into this solicitation: (1) SOR, (2) FAR and Department of Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions (3) Pricing Worksheet for IDIQ contract, (4) Past Performance Questionnaire, and (5) Addresses for initial delivery order. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this acquisition. (xv) Questions about this combined synopsis/solicitation are due by 12:00 PM (ET) on August 26, 2014. Submit questions via e-mail to Ms. Marlecia Newby (marlecia.m.newby@uscg.mil) and Mr. James Ferguson (james.f.ferguson@uscg.mil). Proposals are due by the time and date indicated on Federal Business Opportunities. There will be no exceptions to the time and date on when responses are due, unless determined otherwise by the Government. Any proposal submitted after this time will not be considered. Submit proposals via e-mail to Ms. Newby and Mr. Ferguson. When responding, include the title "HSCG23-14-R-MPE209" in the subject line of the e-mail. It is the Offeror's responsibility to ensure that proposals are submitted timely. No changes or additions will be permitted after the deadline, 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). (xvi) Contact the USCG Contracting Officer or Contract Specialist for information regarding this synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-R-MPE209/listing.html)
 
Place of Performance
Address: Varies - See Attachment 5 for delivery locations for initial delivery order., United States
 
Record
SN03473470-W 20140822/140821000817-c751c5ecbfc7d85fe2f2126d7b929ede (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.