Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
DOCUMENT

76 -- US COAST GUARD BOAT OPERATIONS AND TRAINING MANUAL VOLUME III - SOW

Notice Date
7/31/2008
 
Notice Type
SOW
 
NAICS
541490 — Other Specialized Design Services
 
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, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-08-Q-MNQ186
 
Response Due
8/8/2008 4:00:00 PM
 
Point of Contact
Harvey P Cameau, Phone: 202-372-4062
 
E-Mail Address
harvey.cameau@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Coast Guard intends to PROCURE CONTRACTOR SUPPORT SERVICES FOR THE US COAST GUARD BOAT OPERATIONS MANUAL IN ACCORDANCE WITH THE ATTATCHED SOW. This notice is a solicitation for commercial SERVICE in accordance with the Federal Acquisition Regulation Sub part 12.6, as supplemented w/ 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) restricted basis exclusively for small business. 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 4:00 PM, ET, AUGUST 10, 2008. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the services 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. Offerors must submit an original and one copy of the proposal to Harvey Cameau, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Harvey.Cameau@uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (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: 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 07) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (march 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.232-18, Availability of Funds (Apr 1984). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax 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 4:00 pm ET, AUGUST 10, 2008. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c55b58b84f6008d73b80da5875e0ddfd&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: PLEASE REVIEW SOW (SOW.pdf)
Link: https://www.fbo.gov//utils/view?id=2460d11dfbc44880e458d454138bff64
Bytes: 2,363.66 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2100 SECOND ST, S.W., WASHINGTON, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN01628018-W 20080802/080731223215-c55b58b84f6008d73b80da5875e0ddfd (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.