Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
MODIFICATION

J -- Combined Synopsis/Solicitation -- Conservation Treatments of Classic Fresnel Lens and Range Lights

Notice Date
11/17/2017
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
70Z023-18-R-GPH00900
 
Archive Date
12/16/2017
 
Point of Contact
Christopher A. Wellons, Phone: (202) 475-3237, Wendy Stevenson, Phone: (202) 475-3214
 
E-Mail Address
christopher.a.wellons@uscg.mil, Wendy.Stevenson@uscg.mil
(christopher.a.wellons@uscg.mil, Wendy.Stevenson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, reference solicitation number 70Z023-18-Q-GPH00900, for conservation treatments undertake assessments, reassembly, and installation and reports of the historic 6th order Classic Fresnel Lens, 6th order and 4th order Range Lights. The work will be conducted on-site at the Coast Guard Exhibit Center, 7945 Fernham Lane, Forestville, MD 20747. This is a combined synopsis/solicitation for commercial and industrial machinery and equipment repair and maintenance, 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 North American Classification System Code is 811310 for Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the small business size standard is $7.5M. This is a Total Small Business set-aside requirement, per FAR Part 19, and any qualified Offerors may submit proposals. Submissions that do not meet the small business requirement will not be considered. The attached Performance Work Statement (PWS) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. 52.212-2, Evaluation-Commercial Items, 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. 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. OFFEROR SUBMISSION FORMAT AND INSTRUCTIONS: In responding to the subject RFQ, it is the Offeror's responsibility to provide current, relevant, compliant, and accurate information in their proposal. The Coast Guard assumes no responsibility to obtain clarifications for vague, incomplete, or incorrect proposal information. The Coast Guard will not reimburse Offerors' proposed costs. Proposals shall set forth any exceptions/assumptions taken with regard to the PWS or any other aspect of the RFQ, including but not limited to any supporting price information such as labor categories, labor hours, and labor rates to support the CLIN prices in the example labeled Pricing Format in attachment 4. Proposals shall be marked "Source Selection Sensitive." Proposals shall have technical and price proposals divided into two (2) separate, independent, volumes, and organized into the following manner: (1) Volume 1- Technical Proposal (Non-Price): Volume 1 shall be PDF, legible font size, and shall not exceed five (5) pages. The Technical Proposal shall be separate from the Price Proposal and must not contain any reference to price. The Offeror shall submit a Resume in their proposal submission and Resumes shall demonstrate standards and requisites in items 1 - 4 of the PWS Section 3.1.2. Resumes cover pages, and tables of contents DO NOT count against page limitation. (2) Volume 2 - Price Proposal Volume 2 shall be Microsoft Excel spreadsheet containing supporting data for the price on a Firm-Fixed Price (FFP) basis with one reimbursable travel CLIN, in the form of labor categories, rates, and hours for the price proposed shall be provided to help expedite the determination of fair and reasonable pricing. The anticipated PO includes a contract line item number (CLIN) for anticipated travel that will be issued on a reimbursable basis in accordance with FAR 31.205-46, Travel Costs. Reimbursement shall be limited to the types and amounts of expenses established in the Federal Travel Regulations. At a minimum, please also include appropriate data on the prices at which the same services has previously been sold. The proposed price for the conservation treatments shall be inclusive of materials for assessments, reassembly, and installation and reports of the historic 6th order Classic Fresnel Lens, 6th order and 4th order Range Lights. Offerors shall provide the following in Volume 2 in order to be considered compliant: (1) A completed Pricing Spreadsheet for all CLINS. (2) Accompanied with the Pricing Spreadsheet in follow-on pages the Offeror shall provide supporting information to support each of the CLIN prices that clearly breaks down the labor categories, rates, any discounts, and prices proposed for each CLIN. (3) Labor categories and labor rates. (4) Proposals shall set forth any exceptions/assumptions taken with regard to the PWS or any other aspect of the RFP. Proposals shall set forth any other information that the Offeror finds necessary and pertinent to their proposal. EVALUATION CRITERIA Proposals submitted in response to this Request for Quotation (RFQ) will be evaluated based on the following criteria: Evaluation Criterion 1: Technical Capability and Approach The Government will evaluate the Offeror's Technical Capability and Approach to determine their ability to meet or exceed all of the requirements in the PWS. The technical evaluation for the Technical Capability and Approach criterion will be attained through a determination and analysis of using the tradeoff process (strengths, weaknesses, significant weaknesses, and deficiencies). Technical risk will be included in the final evaluation of the Technical Capability and Approach, and will not be evaluated as a separate factor. Technical risk is an overall assessment derived from the technical evaluation and is inclusive of each evaluation. In the assessment of technical risk, Government evaluators will consider all available information submitted in the proposal. Evaluation Criterion 2: Price The Government will evaluate the Offeror's total overall price to determine price reasonableness. The USCG reserves the right to request Other Than Cost or Pricing Data, if deemed necessary. BASIS FOR AWARD Selection for award of a Purchase Order (PO) shall be to the responsible Offeror whose proposal contains the combination of those evaluation criteria offering the best value to the Government using the tradeoff process. The best value basis for award will be based on consideration of the following evaluation criteria: (1) Technical Capability and Approach (Non-Price), and (2) Price. Offerors that do not submit all the information required, may not be considered for award. Period of Performance is 12 months from the date of award. Place of Performance Address: 1. The Coast Guard Exhibit Center 7945 Fernham Lane Forestville, MD 20747 Please see attached RFP No. 70Z023-18-Q-GPH00900 for further information regarding this opportunity: Any questions or concerns regarding any aspect of this RFP shall be emailed to Mr. Christopher A. Wellons at Christopher.A.Wellons@uscg.mil with copy to Ms. Wendy Stevenson at Wendy.Stevenson@uscg.mil before close of business 16:00 pm EST on Friday, 24 November 2017. Please submit quotations via email to Mr. Christopher A. Wellons at Christopher.A.Wellons@uscg.mil before close of business 16:00 pm EST on Friday, 01 December 2017 with copy to Ms. Wendy Stevenson at Wendy.Stevenson@uscg.mil. When responding, please include "70Z023-18-Q-GPH00900" in the subject line of the email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z023-18-R-GPH00900/listing.html)
 
Place of Performance
Address: The Coast Guard Exhibit Center, 7945 Fernham Lane, Forestville, MD 20747, Forestville, Maryland, 20747, United States
Zip Code: 20747
 
Record
SN04744331-W 20171119/171117231306-1d096b2d210407ac9766e36d1417a48f (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.