MODIFICATION
R -- External Accreditation Services for USCG - Amendment 1
- Notice Date
- 11/4/2014
- Notice Type
- Modification/Amendment
- NAICS
- 813920
— Professional Organizations
- 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
- HSCG23-15-R-P1C000
- Archive Date
- 11/20/2014
- Point of Contact
- Wendy M Stevenson, Phone: 202-475-3214
- E-Mail Address
-
wendy.stevenson@uscg.mil
(wendy.stevenson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 1 to update language in PWS 5.74 & 5.75 The purpose of this amendment is to update language of the PWS and to the Basis for Award: Factor 1. All changes are underlined...see attached PWS sections 5.74 & 5.75 and evaluation Factor 1. The U.S. Coast Guard has a requirement for contractor support services to obtain external accreditation services for a total of 35 Coast Guard ambulatory health care clinics located across the USCG enterprise in the United States and applicable territories. Services will include, but will not be limited to: providing advice and expertise; conducting surveys; providing written reports of each clinic survey based on established standards set forth in the contract organizations standards handbook; providing certification documentation and providing training to selected clinic/organizational staff in person or via webcast annually as determined by the USCG Health, Safety, and Work-Life Service Center (HSWL SC). The contractor shall furnish all necessary personnel, facilities, and material/equipment to conduct the External Accreditation Surveys for Ambulatory Health Care Clinics in accordance with the Performance Work Statement (PWS), which is attached. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-15-R-P1C000 and is issued as a request for proposal (RFP). This RFP incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 813920 with a small business size standard of $15M and is issued on an unrestricted basis inviting full and open competition. The deadline for submitting a proposal package is: Wednesday, November 5, 2014 at 2:00 PM, local time. It is DHS policy that pricing for competitive negotiations should be based on adequate price competition. However, in the event only once responsible offeror is obtained as a result of this solicitation, that offeror may be required to submit either Certified Cost or Pricing Data (FAR 15.403-4) or Data Other Than Certified Cost or Pricing Data (FAR 15.403-3) to support price negotiations. NOTE: The clinics are surveyed typically on three year rotations. Locations of health care clinics and approximate timeframes for surveys are available in the attached spreadsheet, which is to be used for pricing as well. All contract line items shall be Firm-Fixed Price (FFP). The period of performance will be one year from date of award with four one year option periods. The anticipated contract start is January 2015. APPLICABLE PROVISIONS AND CLAUSES: 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 address: http://www.arnet.gov. A completed copy of the provision, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) should be included with the offer. Offerors are required to submit on-line Reps & Certs (see https://orca.bpn.gov/). The following Federal Acquisition Regulation (FAR) provisions and clauses in their latest editions apply to this solicitation: 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014). The following terms and conditions are added as an addendum to this clause: Note 1: The Government will evaluate proposals and may award a contract without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (End of addendum) BASIS FOR AWARD: In accordance with FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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 in descending order of importance: 1) FACTOR 1: Technical Approach - will be evaluated to determine the offeror's ability to perform the requirements of the PWS (to include the dispute management process) with surveyors who are trained and experienced in conducting surveys in facilities that are similar to Coast Guard Health Care facilities. 2) FACTOR 2: Relevant Past Performance - will be evaluated for relevance and extent of previous contracts, quality and conformance of supplies/services to contract requirements, timely delivery/performance, and customer satisfaction. Past performance information (PPI) utilized in the evaluation will be obtained from contractor references, as well as any other sources which may have relevant information. Contractor references that cannot be contacted will not be considered. Greater weight (both positive and/or negative) will be given for performance under previous contracts that are more similar in scope, size and complexity to this procurement. Those offerors with no relevant past performance information will be evaluated neither favorably nor unfavorably, however, an offer with no relevant past performance history may not represent the most advantageous proposal to the Government. 3) Price: The offeror's proposed price will be evaluated but not rated. Technical and past performance, when combined, are significantly more important than price. As technical scores converge, the price grows more important in making the award selection. The Government may award to other than the lowest priced offeror. (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). (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. (End of Provision) The following FAR provisions and clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) The following terms and conditions are added as an addendum to this clause: 52.217-5 Evaluation of Options (Jul 1990) 52.217-7 Option for Increased Quantity - Separately Priced Line Item (Mar 1989) 52.217-8 Option to Extend Services (Nov 1999) (insert 30 days) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (insert 10 days, 15 days, 5 years); The following Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply to this acquisition: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (June 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule for Related Partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) HSAR 3052.215-70 Key Personnel or facilities (Dec 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel under this contract are: Project Manager Surveyor(s) (End of clause) HSAR 3052.242-72 Contracting Officer's Representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Representative (COR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COR under the contract. (b) The Contracting Officer cannot authorize the COR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) CG 912 Clauses - Organizational Conflicts Of Interest for Contracts Awarded By the U.S. Coast Guard Office of Contract Operations (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor's organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor's objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. (End of Addendum) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2014) - the following clauses incorporated in 52.212-5 are also applicable: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-9 Small Business Subcontracting Plan (Oct 2014) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).__ (ii) Alternate I (June 2003) of 52.219-23. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008) (E.O 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts) 52.225-13 Restrictions on Certain Foreign Purchases (-------------- 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct. 2003), - an award can only be made to contractors registered in the Central Contractor Registration (http://www.ccr.gov). FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. COMMANDANT CG-9121(WS) U.S. COAST GUARD 2703 MARTIN LUTHER KING JR AVE SE WASHINGTON, DC 20593-7828 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard 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 Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that a Coast Guard 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 Coast Guard 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 at FAR 33.103(d)(2). 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 2703 MARTIN LUTHER KING JR AVE SE WASHINGTON DC 20593-0001 FAX: 202-475-3904 The Ombudsman Hotline telephone number is 202-372-3695 PROPOSAL SUBMITTAL REQUIREMENTS: Offerors are required to submit Technical and Price Proposals. Technical proposals (not to exceed 20 pages) shall be submitted using Microsoft Word (compatible with Word 97-2003) or Adobe Acrobat PDF. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the offeror's proposal. The offeror's proposal must convey to the Government that the offeror is capable; possesses sufficient technical expertise and experience; possesses sufficient resources; and is able to plan, organize, and use those resources in a coordinated and timely fashion such that technical requirements will be achieved and costs will be controlled. Resumes shall be submitted for key personnel and are not included in 20 page limit. Also include a completed copy of Reps & Certs and Past Performance information, (this information is not part of the 20 page limit). Past performance information shall include at least three references to support their proposal to include contract number, type, value, description, contracting officer and technical points of contact, email address, telephone and fax numbers. Small Business Subcontracting Plan: Each large business offeror shall submit its Small Business Subcontracting Plan (include with Technical) for ensuring the maximum practicable participation of Small Business, Veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns in the performance of this contract, as required by FAR 52.219-8, Utilization of Small Business Concerns (May 2004), and 52.219-9, Small Business Subcontracting Plan (Jan 2002) with its Alternate II. This plan shall comply with FAR 52.219-9 and shall include separate parts for the basic contract and separate parts for each option period. The plan should include the identification of specific small businesses that will perform work on the contract, if known, and the types, amount, complexity and variety of work to be performed by small businesses. Pricing proposals shall be submitted using the attached Excel spreadsheet (which is compatible with Excel 97-2003) or Adobe Acrobat PDF. Offerors shall propose firm-fixed prices for each line item and total per year basis. Offerors shall submit their proposal via email, to the following address: wendy.stevenson@uscg.mil. No facsimile offers will be accepted. Due to size limitations, emails shall not be bigger than 6 MB. All questions shall be submitted in writing to Ms. Stevenson at wendy.stevenson@uscg.mil by COB Monday, October 27, 2014. It is each offeror's responsibility to ensure the offer is received (in total) by the proposal DUE DATE OF 2 pm local time on November 5, 2014. Offerors are hereby notified that if your proposal is not received by the date, time and location specified in this announcement, it will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-R-P1C000/listing.html)
- Place of Performance
- Address: Contractor's facility with travel to USCG clinics located throughout the US, United States
- Record
- SN03565565-W 20141106/141104234452-e2824d575402e94557f1e753864c5b6b (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 |