Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2002 FBO #0375
SOLICITATION NOTICE

S -- S-CUSTODIAL SERVICES

Notice Date
12/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCG23-03-R-TF2002
 
Response Due
1/17/2003
 
Archive Date
2/1/2003
 
Point of Contact
Yolanda Bell, Contract Specialist, Phone 202-267-6206, Fax 202-267-4019, - Jerome Hensley, Contracting Officer, Phone (202) 267-6211, Fax (202) 267-4019,
 
E-Mail Address
ybell@comdt.uscg.mil, jhensley@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is DTCG23-03-R-TF2002, which is a request for proposal (RFP). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-09. NAICS code is 561720. Small Business size standard is $12.0M. The proposed contract is 100% set-aside for small business concerns. The period of performance for the base period is twelve (12) months from date of award, with four (4) one (1) year Options. The U.S. Coast Guard (USCG) is looking to obtain base Custodial Services for the USCG Telecommunication and Information Systems Command (TISCOM), 7323 Telegraph Road, Alexandria, Virginia, in accordance with Building Owners and Managers Association (BOMA) commercial standards, all local, state and federal laws and the requirements of the attached Performance Work Statement (PWS). The contractor shall provide all management, tools, equipment, supplies and labor necessary to ensure that custodial services are performed in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance. Proposals must be received by 2:00 PM EDT on January 17, 2003 and may be either e-mailed (any attachments should be in Word, Rich Text Format, or PDF and must not exceed 2MB) to ybell@comdt.uscg.mil, faxed to 202-267-4475, Attn: Yolanda Bell, or sent to the following address: Commandant (G-ACS-1A/YB), U.S. Coast Guard Headquarters, 2100 Second Street, SW, Rm. 5222, Washington, DC 20593-0001. Your proposal, if mailed, shall consist of three volumes; provide a total of 5 copies (1 original and 4 copies) of each of the following: Volume I - Technical Proposal, Volume II- Past Performance Information, Volume III- Price Proposal. Volume I - technical proposal- The Offeror must number the pages, and bind each set of Technical Proposal, Past Performance and Price Proposal in a three-ring loose-leaf binder under a separate tab. The Program Manager labor category is considered key personnel. You shall submit resumes in each copy of Volume I under a tab divider. The resume becomes the minimum qualifications for any contractor personnel who may work in the respective labor category. After award, the contracting officer must approve in writing the replacement of key personnel, if any. The contracting officer reserves the right to reject personnel who do not compare favorably to the qualifications in the original resume. Your Proposal shall be in accordance with the following outline: Demonstrate your company's capability to perform, and understanding of the requirements in the PWS; Describe the technical approach, capability of meeting the required delivery dates, and management approach your company proposes to accomplish the tasks in the PWS; Identify the milestones or work breakdown structures your company proposes for accomplishing the tasks in the PWS; Identify the labor categories and any other contract line items that you propose to utilize in performing the tasks in the PWS; Describe which portions of the PWS effort would be subcontracted by your company, if any; Identify the deliverables for the PWS; and Describe the number of hours your company proposes to accomplish the work effort for each item, milestone or work breakdown structure for the tasks in the PWS. Volume II - past performance information - Provide past performance information for both your company (and/or your company' predecessor, if applicable) and proposed subcontractors (if used for over 15% of the work by dollar volume). The total number of contracts, delivery orders, purchase orders and/or subcontracts listed by your company and your company's proposed subcontractors (if applicable) shall be a minimum of 3 and a maximum of 5. The past performance information that shall be provided includes: (A) A list of similar contracts, delivery orders, purchase orders and/or subcontracts (hereafter referred to as "contracts") completed during the past 3 years; a list of similar contracts currently in process; or a combination of both. Similar contracts listed may include any contract entered into with the Federal Government, agencies of state and local governments, and commercial customers. Contractors that are newly formed entities without prior similar contracts shall list similar contracts as required above for proposed personnel. Include the following information for each contract: (i) Name of Contracting Activity; (ii) Contract Number; (iii) Contract Type; (iv) Total Contract Value; (v) Description of Contract Work; (vi) Contracting Officer name and e-mail address; (viii) Contracting Officer's Technical Representative name and telephone number (if applicable); (ix) Administrative Contracting Officer's name and telephone number (if different from vi); and (x) List of First-Tier Subcontractors. (B) Your company may provide information on both problems encountered and corrective actions taken to resolve those problems on the contracts identified. Your company shall not provide general information on your company?s performance on the identified contracts. The Government will obtain such information from the references that you provide. (C) Your company may describe any quality awards or certifications that indicate that your company possesses a high-quality process for developing and producing the product or service required. Such awards or certifications include, for example, the Malcolm Baldridge Quality Award, other government quality awards, and private sector awards and certifications. Identify what segment of your company (one division or the entire company) received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over 3 years old, present evidence that the qualifications still apply. Volume III- price proposal- The contract will be issued on a firm fixed-price basis. The Price Proposal shall comply with the following: Include monthly totals required to perform the PWS tasks and requirements for the base period and each of the four out-years. Submit the price per month, totals for each year as well as the total for the whole contract (i.e. option years). In addition, fill out the attached Contractor Representations and Certifications and submit with your proposal. Evaluation Criteria and the Basis for Award - The Coast Guard will conduct a best value tradeoff process to determine a single offeror for this Effort. In so doing, the Government may award to other than the lowest priced proposal or other than the highest technically rated proposal. The Coast Guard's evaluation of Offerors' proposals will be based upon a complete assessment of the following: Understanding of the performance work statement requirements. Each Offeror's Proposal will be evaluated to determine whether all requirements of the PWS were addressed. Proposed technical approach, ability to meet required delivery dates; program management and organization; key personnel qualifications; and compliance with requirements. Past Performance - Your company's past performance will be evaluated under existing and prior contracts for similar products and services. The Government will focus on the offeror's performance and information that demonstrates quality of performance relative to the procurement under consideration. Sources other than those identified by your company in your proposal may also be contacted/accessed by the Government, with the information received/retrieved by the Government for use in the evaluation of your company's past performance. Relative Importance of Evaluation Criteria - Demonstrated understanding of PWS requirements is the most important non-cost factor. Other non-cost factors are of equal importance. When combined, the non-cost factors are significantly more important than evaluated price. However, the cost must be determined fair and reasonable and will therefore be reviewed for reasonableness. To receive a copy of the Performance Work Statement for this requirement you may either download the attachment, or send an e-mail request (with the solicitation number on the subject line) to ybell@comdt.uscg.mil not later than December 18, 2002. Award will be made on a best value basis. The USCG has planned a site visit for 1:30p.m. on December 19, 2002. Offerors wishing to participate in the site visit should contact Yolanda Bell at 202-267-6206, not later than 12:00 pm EST on December 18, 2002 to have their names placed on the list. The following FAR provisions apply: FAR 52.212-1, Instructions to Offerors- Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; 52.219-1 Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns, 52.232-33, Payment By Electronic Funds Transfer- Central Contractor Registration (May 1999). FAR.52.246-4, Inspection of Services- Fixed Price (Aug 1996); FAR 52.252-2, Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far, FAR 52.222.41, Service Contract Act of 1965, as amended; FAR 52.222-43, Fair Labor Standards Act ? Price Adjustment; FAR 52.222.47, SCA Minimum Wages and Fridge Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Bargaining Agreement; FAR 52.222-26, Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR Proposals must be received by 2:00 PM EST on January 17, 2003 and should be mailed to Ms. Yolanda Bell at the above address, e-mailed to ybell@comdt.uscg.mil, or faxed to 202-267-4475, Attn: Yolanda Bell. See note 1.*****NOTICE TO OFFERORS-SOLICITATION OMBUDSMAN PROGRAM It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation 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 offeror should then contact the Coast Guard Solicitation Ombudsman at the address below: Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, DC 20593-0001 FAX: 202-267-4011 For information regarding this synopsis/solicitation, please telephone Ms. Yolanda Bell at 202-267-6206.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/GACS/DTCG23-03-R-TF2002/listing.html)
 
Place of Performance
Address: Telecommunication and Information Systems Command (TISCOM), 7323 Telegraph Road, Alexandria, Virginia
 
Record
SN00220817-F 20021212/021211052506 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.