Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
SOLICITATION NOTICE

76 -- Maritime Database User Access - J&A

Notice Date
9/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
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
HSCG23-17-Q-RAZ181
 
Archive Date
10/3/2017
 
Point of Contact
Wendy M Stevenson, Phone: 202-475-3214, Marvin F. Williams, Phone: 2024753760
 
E-Mail Address
wendy.stevenson@uscg.mil, marvin.f.williams@uscg.mil
(wendy.stevenson@uscg.mil, marvin.f.williams@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
CLAUSES SOW J&A The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number HSCG23-17-Q-RAZ181, for electronic (Internet-Based) unlimited access for one user within Lloyd's List database for -Intelligence Gas/LNG Channel; Intelligence Tanker Channel; Intelligence Credit Channel; Intelligence Vigilance; and Seasearcher. The Justification and Approval (J&A) is attached to this solicitation pursuant to FAR Subpart 6.3. 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. The applicable NAICS code is 519130 - Internet Publishing and Broadcasting and Web Search Portals. The SBA small business size standard is 1,000 employees. This is an unrestricted requirement. The attached Statement of Work (SOW) provides a description of the requirement. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. 52.212-2, Evaluation - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer and the "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Terms and conditions necessary for this acquisition and consistent with customary commercial practices are found in Attachment 3: Clauses and Provisions. Quotes shall include the following: (1) Technical Capability This document shall include written information that pertains to the Offeror's technical capability to provide access to the database as specified in the statement of work (SOW). (2) Responsibility • Quote must include company's address, DUNS Number, CAGE CODE, and Tax ID Number. • The entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). (3) Price • The Offeror shall provide a price quote on a Firm-Fixed Price (FFP) basis. The Offeror shall provide pricing in the format outlined in Attachment 2 Pricing HSCG23-17-Q- RAZ181. Basis for award: The Government intends to award one (1) Firm-Fixed Price (FFP) purchase order to the lowest price and technically acceptable (LPTA) offer. Offerors that do not submit all of the information required, may not be considered for award. Refer to provisions 52.212-1 and 52.212-2 for offer requirements and evaluation of offers and DHS clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) for required "fill in" information. The Government anticipates making an award without discussions. Period of Performance: One year from date of award. Evaluation: (1) Technical Capability The Government will evaluate the Offeror's technical capability to determine whether the offeror has the capability to meet the requirements of the SOW. (2) Responsibility The Government will evaluate ALL prospective offerors for responsibility, determined by an active SAM record submission. (3) Price The Government will evaluate all proposed prices in accordance with Attachment 2 to determine price reasonableness. Any questions or concerns regarding any aspect of this RFQ shall be emailed to Ms. Marvin Williams at marvin.f.williams@uscg.mil with copy to Ms. Wendy Stevenson at wendy.stevenson@uscg.mil before 3:00 pm EST on Friday, 15 September 2017. Please submit quotations via email to Mr. Marvin Williams at marvin.f.williams@uscg.mil before 4:00 pm EST on Monday, 18 September 2017 with copy to Ms. Wendy Stevenson at wendy.stevenson@uscg.mil. When responding, please include "HSCG23-17-Q- RAZ181 " in the subject line of the email
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-17-Q-RAZ181/listing.html)
 
Record
SN04675175-W 20170915/170913231743-33422379a581361f49be7d1e48f5239c (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.