Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

T -- N/A

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
511199 — All Other Publishers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-06-Q-DLE222
 
Response Due
7/21/2006
 
Archive Date
8/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure contracting services to assist in developing the 8th Edition of the US Coast Guard Operations Law (OPLAW) Fast Action Reference Materials (FARM). This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a (n) Small-Business Set-Aside basis. SCOPE: Statement of Work for the United States Coast Guard Office of Law Enforcement is as follows: US Coast Guard Operations Law (OPLAW) Fast Action Reference Materials (FARM) 8th Edition 1.0 PURPOSE AND SCOPE 1.1 An 8th edition is needed to the USCG OPLAW FARM to reflect current requirements. 1.2 By revising the FARM, the Coast Guard will provide personnel with current and adequate technical information for purposes of orientation, operation, readiness, and safety. 2.0 APPLICABLE DOCUMENTS 2.1 The following documents shall be used as guidance for all drafting, editing, and final production of the FARM 8th Edition: a. FARM 7th Edition (Sep 2005). This document will be provided to the contractor in Microsoft (MS) Word format by the COTR. b. List of corrections, additions, and deletions to be made. c. Applicable Coast Guard directives and instructions. These shall be made available through the COTR as needed. 2.2 Other documents currently in various stages of development may be provided during the course of the project and shall be identified in each applicable task/delivery order. 3.0 REQUIREMENTS 3.1 The Contractor shall provide document preparation and associated support services described below. 3.1.1 The Contractor shall meet with the COTR, G-RPL, and G-LMI staffs to determine the information required for document development. 3.1.2 The Contractor shall: a. Incorporate all changes provided by the COTR. b. Provide a Summary of Changes sheet. c. Update the Table of Contents. d. Create an electronic/hyperlinked Table of Contents. e. Update the Index word list. f. Update all statutes and regulations. 3.1.3 The Contractor shall format the 8th Edition to align with the current FARM: a. Merge all chapter and enclosure files into one MS Word file and format entire document utilizing the "information mapping" style of format. Additionally, provide separate MS Word files for each chapter and enclosure. b. All graphics must be in TIFF, JPEG, or other COTR approved format. 3.1.4 The Contractor shall find and correct, or cross-reference, areas of duplication, ambiguity and inconsistency, getting clarification from the COTR, G-LMI, and/or G-RPL staff when necessary. 3.1.5 The Contractor shall follow the U. S. Government Printing Office (GPO) Publication 300.6, Guidelines for Preparing and Submitting Electronic Design and Pre-Press Files, and complete GPO Form 952, Desktop Publishing - Disk Information. 3.1.6 Attached is a proposed project schedule for the development of FARM 8th edition. Delivery dates may be adjusted by mutual agreement between the COTR and the Contractor provided the project is completed within the period of performance. a. The Contractor shall submit two (2) copies of the completed FARM 8th edition to the COTR for the Coast Guard's review no later than 35 days from the award of the contract. b. The COTR shall provide the results of the review to the Contractor, normally within 30 days after receipt of the Draft, for incorporation into the document, unless otherwise indicated. c. The Contractor shall incorporate all changes and comments approved by the COTR that result from the Coast Guard's review of the document and provide one (1) single-sided final copy of the corrected FARM 8th edition to the COTR within 14 days of receipt of the Coast Guard?s review results. 4.0 QUALITY ASSURANCE 4.1 Quality Control Plan. The Contractor shall establish and maintain a written Quality Control Plan that assures that all work will conform to contract requirements. 5.0 DELIVERABLES 5.1 The Contractor shall be required to deliver the materials identified in section 3 of this Statement of Work. The Contractor shall deliver, to Commandant (G-RPL), all drafts and final copies of the documents to the COTR and Contracting Officer (transmittal letter for the Contracting Officer only). The final copies shall be both hardcopy, suitable for reproduction, and an electronic medium in both MS Word and PDF format. The electronic medium can be delivered on either a CD or DVD. CDs or DVDs shall be provided with protective covers labeled to identify their contents and accompanied with GPO Form 952s (paragraph 3.1.5). 5.2 The Contractor shall provide, at minimum, a monthly progress report on each task/delivery order to the COTR summarizing task accomplishments, problems noted, schedule information, and planned activities. The contractor's standard, commercially acceptable format for these reports is acceptable. 5.3 All drafts, background material and final products created in the performance of task/delivery order shall be delivered to the COTR designated by Commandant (G-RPL) on or before the delivery dates. 6.0 PERIOD OF PERFORMANCE. 6.1 The Contractor shall be required to deliver the materials identified in section 3 of this Statement of Work. The Contractor shall deliver to Commandant (G-RPL) all drafts and final copies of FARM 8th edition consistent with the project schedule. 6.2 Work conducted on this order must begin upon award date of contract. Delivery of all finished products must occur no later than 79 days after award date of contract in accordance with the delivery schedule provided in this order. Proposed Project Schedule: Milestone Date Task Start 13 July 2006 Contractor Delivers 8th Edition of the FARM for Coast Guard review 17 August 2006 COTR delivers changes from Concurrent Clearance to contractor NLT 31 August 2006 Final copy of 8th Edition of the FARM delivered NLT 14 September 2006 ***MILESTONE DATES WILL BE ADJUSTED ONCE AWARD HAS BEEN MADE*** HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 11:00 AM, EST, JUL 21, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in Statement of Work and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price, ?broken out by labor hours, labor category, materials, and other direct costs?. Offerors must submit an original and two copies of the proposal to Sonja Aiken, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to saiken@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2006), 52.212-4 (Oct 2003), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jan 2006). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax @ (202) 372-4905 or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, JUL 17, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Place of Performance
Address: WASHINGTON, DC
Zip Code: 20593
Country: UNITED STATES
 
Record
SN01087167-W 20060714/060712220420 (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  © 1994-2020, Loren Data Corp.