Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2015 FBO #5010
SOLICITATION NOTICE

R -- CGIS Threat Assesment and Management Expertise - Attachment 3 - Clauses and Provisions - Attachment 4 - Pricing Quote Template - HSCG23-15-Q-PXS104 Solicitation Letter - Attachment 1 - Statement of Work - Attachment 2 - Supplemental Terms and Conditions - Attachment 5 - Past Performance Evaluation Sheet

Notice Date
8/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
HSCG23-15-Q-PXS104
 
Archive Date
9/15/2015
 
Point of Contact
James Robinson, Phone: 202-475-3091, Miranda M. Collins, Phone: (202) 475-3737
 
E-Mail Address
James.R.Robinson@uscg.mil, miranda.m.collins@uscg.mil
(James.R.Robinson@uscg.mil, miranda.m.collins@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Evaluation Sheet Supplemental Terms and Conditions Statement of Work Solicitation Letter with Contracting Officer's Signature Pricing Quote Template Clauses and Provisions INTRODUCTION: The United States Coast Guard (USCG) invites your small business to submit a Quotation in response to this combined synopsis/solicitation to provide threat assessment and threat management consultation services, as outlined in Attachment 1 - Statement of Work. This acquisition is solicited pursuant to Federal Acquisition Regulation 13, "Simplified Acquisition Procedures." Only quotes submitted by small business concerns will be considered for award by the Government. The NAICS Code for this requirement is 541990 - All other Professional, Scientific, and Technical Consulting Services. The Government intends to awardc one labor hour contract as a result of this competition. In responding to this RFQ, it is the Offeror's responsibility to provide current, relevant, compliant and accurate information in their Quote. The Coast Guard assumes no responsibility to obtain clarifications for vague, incomplete, or incorrect Quote information. The Coast Guard shall not reimburse Offeror Quote costs. - - - SYNOPSIS: The following is a synopsis of the anticipated awarded contract: Base Period: CLIN #: 00001 CLIN Type: Labor Hour CLIN Ceiling: $10,000 - NOT TO EXCEED CLIN CEILING CLIN Performance Period: 12 months Option Period 1: CLIN #: 10001 CLIN Type: Labor Hour CLIN Ceiling: $10,000 - NOT TO EXCEED CLIN CEILING CLIN Performance Period: 12 months Option Period 2: CLIN #: 20001 CLIN Type: Labor Hour CLIN Ceiling: $10,000 - NOT TO EXCEED CLIN CEILING CLIN Performance Period: 12 months Total Value: $30,000 - With a potential expansion amount of up to $60,000 total value (See Attachment 2 for more details). - - - INCUMBANT CONTRACTOR: There is no incumbent contractor for these requirements. This is considered new work. - - - QUOTE CONTENTS, SUBMISSION INSTRUCTIONS, AND BASIS FOR AWARD: The instructions in FAR clauses 52.212-1 and 52.212-2 (Attachment 3), have been listed here for your convenience: 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014) - ADDENDUM Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) and does not require a complete 1449 or other information required in clause 52.212-1, but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) the information listed below: Quotes shall be sectioned into three volumes: Volume 1: Technical Capability Volume 2: Past Performance Information Volume 3: Pricing Information - - - Volume 1: Technical Capability Offeror's shall submit enough information in Volume I to demonstrate their understanding of and ability to successfully perform all requirements of the Statement of Work. The USCG will pay specific attention to resumes for the quoted psychologists and detailed examples related to their threat management and violent risk assessments that meet or exceed the qualifications listed in SOW; the detailed corporate experience demonstrating interdisciplinary experience dealing with criminal justice, human resources functions, medical, legal, and employee assistance programs, and/or other such categories all related to threat assessment; and, the Contractor's approach to scheduling and staffing that provides 24/7 coverage, including psychologist support. The resumes do not have a page limit. All other information in Volume 1 is limited to 10 pages. - - - Volume 2: Past Performance Information Volume II shall contain a maximum of five (5) past performance references. Past performance shall include projects of similar size, scope, and complexity and be ongoing or completed within the last three (3) years. Offeror's descriptions shall include sufficient information to demonstrate that the projects they are providing past performance information on are indeed of similar size, scope, and complexity. References for subcontractors will be accepted. At least one of the references shall be for the prime contractor. For each reference, the contractor shall provide the following information: 1. Name and address of the company or agency 2. Points of Contact 3. Current telephone numbers and email addresses 4. Contract type and contract number 5. Identify if you were the Prime or a Subcontractor 6. Contract Value (Original and Current Value, with an Explanation for Cost Growth) 7. Period of Performance (including start date and original end date, with an explanation of any delays) 8. Type of work performed 9. Problems encountered and their resolutions 10. Any subcontractors or partnerships A past performance reference can be submitted in two ways: A. Submission of CPARS Reports B. Submission of a Past Performance Evaluation Sheet For projects where a CPARS report has been finalized within the last three (3) years, the contractor shall include the CPARS report in the quotation and will not require the use of the Past Performance Evaluation Sheet. For projects where a CPARS report has not been finalized, the contractor shall use the Past Performance Evaluation Sheet (PPEV) provided as an Attachment. The references must return the completed PPEV to the email address listed in the submission instructions no later than the closing date and time of this RFQ. Any completed questionnaire returned directly by the PES contract holder to the Government will not be accepted. The contractor is solely responsible for ensuring the questionnaire is completed and returned by the respective references on or before the deadline. Offerors should fill out Part A of the questionnaire. The references should fill out Part B. - - - Volume 3: Pricing Information: The Contractor's shall provide a completed version of excel spreadsheet (Attachment 4) that clearly breaks out the labor mix of their quoted staff in regards to the performance of these requirements. Offerors may manipulate the attached spreadsheet in order to adequately quote the staffing solution they intend to provide to the USCG on a labor-hour basis. However, Offerors shall not change the total amounts to be obligated by the Government, as the Government intends to obligate $10,000 per year of performance. - - - QUOTE SUBMISSION INSTRUCTIONS: Please submit your Quote to by uploading it to the FBO system on or before 1400 EDT, on 08/31/2015. Data should be compatible with Microsoft Office Suite 2007 and/or Adobe Acrobat. Submitted files must not contain any form of copy protection or password-protected security measures. Quotes do not have to use the full page limit. This RFQ does not represent authorization to award or proceed with the subject effort, nor a promise of future direction to proceed. Offerors are solely responsible for this RFQ's submission costs, even if this RFQ is canceled. Offerors that do not submit all of the information required may not be considered for award. Late Quotes shall not be accepted. (End of Provision Addendum) - - - 52.212-2 Evaluation-Commercial Items (Oct 2014) (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: The USCG intends to award a single contract to the contractor whose quotation represents the best value using the trade-off source selection process. Technical capability, past performance, and price shall all be considered. Technical and pricing evaluations shall be conducted using the quotations submitted. Price will be evaluated based on a fair and reasonable determination of the labor categories that are quoted. (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) - - - QUESTIONS: Any questions or concerns regarding any aspect of this RFQ shall be forwarded to the Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil, and Contracting Officer, Miranda Collins, Miranda.M.Collins@uscg.mil on 08/21/2015 at 1400 EDT, so that they can be addressed prior to the submission of your Quote. Answers to questions shall be provided to all applicable parties through a modification on the FBO solicitation. However, specific information as to which company asked which question shall not be provided. Offerors are strongly encouraged to ask questions and convey their exceptions to the requirements during this time. The Government desires to alleviate concerns during the RFQ process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-Q-PXS104/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03831155-W 20150812/150810235425-06ec7a8da0cf0fc1fafa4ff68e26fb7a (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.