Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2006 FBO #1497
SOLICITATION NOTICE

U -- Electronic Maintenance Support Tool

Notice Date
12/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
611420 — Computer Training
 
Contracting Office
DHS - Direct Reports, 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
HSCG23-06-R-AGL073
 
Response Due
1/12/2006
 
Archive Date
1/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The USCG intends to negotiate a sole source award with ABB, 2 Ayer Rajah Crescent, Singapore 139935, for the eMST maintenance support tool under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received from interested responsible sources by 2:00pm EST, January 12, 2006 at USCG Headquarters, 1900 Half Street, Washington, DC 20593. The Government reserves the right to not compete this proposed contract based upon responses to this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 with this notice. This commercial item acquisition is being conducted in accordance with subpart 13.5. This announcement constitutes the only solicitation; and it is the intent of the USCG to issue a sole source contract to ABB Marine Services for this work effort. However, proposals will be accepted under solicitation number HSCG23-06-R-AGL073. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-04. The NAIC code is 611420. The U. S. Coast Guard (USCG) will award a sole source Firm-fixed-price contract to ABB Marine Services, for the purchase training of the enhanced Electronic Maintenance Support Tool (eMST) for the Great Lakes Icebreaking program. The contractor shall develop an electronic Maintenance Support tool. The electronic tool shall provide imbedded graphics and a panoramic view of the equipment, interactive animations about the operation of the system and procedural animations for the assigned maintenance task. The program shall include a search function, printable maintenance task directions and links to relevant technical publications. The program shall be compatible with Microsoft Windows XP and Microsoft Internet Explorer 6.0 or higher. The program shall be divided into main components, equipment with individual maintenance identified for each component, equipment. The contractor shall perform all required installation and verification of the eMST support tool on the USCGC MACKINAW?s network. After installation, the contractor shall use randomly selected tasks to verify functionality. Upon completion of installation and verification, the contractor shall provide user training to selected crew members. The contractor shall provide twelve months eMST user support to be accessible via e-mail and or telephone during East Coast hours after delivery and installation of final product. The contractor shall provide a ship specific eMST license and a third party software license to the crew of the USCGC MACKINAW. One license is for the ship, to allow those assigned to the ship access, and one is for the training room at the homeport for all personnel requiring access to that training facility. The contractor shall provide training for 8 hours and up to 8 individuals. The contractor is not required to update or provide revisions unless a major change is made to the MACKINAW?s propulsion equipment, at which time, that change will incorporate the revision of this program tool. The eMST system must be designed for expansion and upgrades should the U.S. Coast Guard require more system background information. The period of performance shall be from date of award through July 13, 2006, with one year of support services thereafter. The technical point of contact is Mr. James Linton, (202) 475-3127. The Contracting Officer is Ms. Jennie Peterson (202) 475-3215. The contractor shall deliver the items in accordance with the above applicable terms and conditions. Inspection shall be in accordance with FAR 52.212-4(a). Packing and packaging shall be in accordance with commercial practice to assure delivery at destination. Provision 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b)(10). The Government will award a contract to the responsible offeror whose offer, conforming to the solicitation requirements, is most advantageous to the USCG. The USCG will evaluate offers based on: 1) Relevant Past Performance (delivery of similar item with similar quantities); 2) Quality Assurance Plan; and 3) Price. Offerors are required to submit at least 3 relevant past performance references. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. These evaluation factors are listed in descending order of importance. 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. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification --Commercial Items Alt I, with their proposal. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.216-18 (insert ?date of contract award through contract expiration?); 52.217-7 (delete ?within? and insert ?prior to contract expiration?); 52.217-9 (delete ?within? and insert ?prior to contract expiration? in the clause?s first sentence); Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, is incorporated by reference into this solicitation. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1;5;11;12;13;14;15;17;22. There are no addenda to any of the above clauses or provisions. Proposals are due no later than 2:00 p.m. on 12 January 2006. If your offer is being submitted by REGULAR mail, use the following address: Commandant (G-ACS- 4C/SS) U.S. Coast Guard Headquarters, 2100 Second Street, SW, Washington, DC 20593-0001, Attention Ms. Sabrina Severe. If you are submitting your offer via EXPRESS MAIL or COURIER, use the following address: Commandant (G-ACS- 4C/SS), U.S. Coast Guard Headquarters, 1900 Half Street, SW, Washington, DC 20024, Suite 1100, Attention: Ms. Sabrina Severe. Offerors are encouraged to submit your offer electronically to ssevere@comdt.uscg.mil IF YOUR OFFER IS LESS THAN 30 PAGES. However, it is each offeror?s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. It is the policy of the USCG 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 USCG 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 following address: Commandant (G-CG-85-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date.
 
Record
SN00959794-W 20060101/051230211527 (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.