Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

D -- Command, Legislative Affairs, and International Affairs Web Based Information Tracking System

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG23-07-R-HPH034
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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 solicitation number is HSCG23-07-R-HPH034 and is issued as a request for proposal (RFP). This RFP incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511, the small business size standard is $23 Million, and is issued as a total small business set-aside. The deadline for submitting a proposal is: Thursday, September 20, 2007 at 2:00 PM, local time. As a result of this solicitation, it is anticipated that a Firm-Fixed Priced contract will be awarded with a 1 year base period of performance with four (4) 1 years option. The purpose of this contract is to obtain and customize an off-shelf web based information management system that allows the U.S. Coast Guard to plan, coordinate, track, and manage command, legislative, and international affairs activities. The system shall also allow for the archiving of the information entered into the system. The Contractor shall also provide technical and training support services associated with deploying and maintaining the system. The system envisioned, shall provide one-stop shopping to all users for data entry, data searching, and continually update Command, Congressional, and International Affairs information. The system shall also have the ability to be customized to Coast Guard specific business and system requirements. It is envisioned that all data will reside in a master database. This master database will send the applicable data to a Command, Congressional, and International Affairs web portal that end users can access to obtain and input information. Terms and Conditions, Business & System Requirements, Instruction to Offerors, and Evaluation Criteria are in the attached Performance Work Statement Document. APPLICABLE PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this solicitation: (1) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.arnet.gov; Offerors are required to submit on-line Reps & Certs (see https://orca.bpn.gov/). The following Federal Acquisition Regulation (FAR) provisions and clauses in their latest editions apply to this solicitation: 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2006), 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), is incorporated by reference into the solicitation. The following terms and conditions are added as an addendum to this clause: 52.216-18; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2006) ? the following clauses incorporated in 52.212-5 are also applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995), 52.217-5 -- Evaluation of Options (Jul 1990), 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000), 52.219-4, 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct. 2003), - an award can only be made to contractors registered in the Central Contractor Registration (http://www.ccr.gov). Homeland Security Acquisition Regulation (HSAR) Clauses 3052.209-70, Prohibition on Contracts with Corporate Expatriates, 3052.242-72 Contracting Officer Technical Representative. The USCG reserves the right to award without discussions. PROPOSAL REQUIREMENTS: Proposals are limited to twenty (20) pages total. Offerors shall propose a firm-fixed price on a per year basis. Offeror shall provide the pricing information located in Section 9.3 of the attached document (Performance Work Statement). Offerors shall submit your offeror electronically to: wendy.stevenson@uscg.mil no later than 12:00 PM, local time, Thursday, September 20, 2007. The Coast Guard will only consider offerors that are submitted electronically. All questions should be submitted via email Ms. Stevenson at wendy.stevenson@uscg.mil by 12PM Tuesday September 18, 2007. It is each offeror?s responsibility to ensure the offer is received (in total) by the deadline. Offerors are hereby notified that if your proposal is not received by the date, time and location specified in this announcement, it will not be considered. NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-A), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half St. SW, Room 11-0402, Washington, DC 20593, Telephone: (202) 372-3692, Fax: (202) 475-3904.
 
Place of Performance
Address: U.S. Coast Guard Headquarters, 2100 2nd Street SW, Washington DC 20593, , USCG Office of Congressional and Governmental Affairs, 470 L' Enfant Plaza, Room 7110, Washington DC 20024-2135
Zip Code: 20593
Country: UNITED STATES
 
Record
SN01407005-W 20070916/070915193459 (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.