Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

R -- VEGA/COMDAC Software Development and Maintenance Services - PWS - (Draft) - (Draft) - (Draft) - (Draft) - (Draft) - (Draft)

Notice Date
5/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-09-Q-TVT005
 
Archive Date
6/5/2009
 
Point of Contact
Gwendolyn B Scott,, Phone: 757-686-4273
 
E-Mail Address
gwendolyn.b.scott@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
Non-Disclosure Agreement Form Request for Proposal DHS Management Directive 11042.1 DD254 SRS VEGA/COMDAC Performance Work Statement THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS – AS SUPPLEMENTATED WITH ADDITIONAL FINFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is issued as a Request for Proposal (RFP) number HSCG23-09-Q-TVT005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25 million. The United States Coast Guard (USCG) invites your company to submit a proposal in response to this combined synopsis/solicitation. The Contract shall provide integrated logistics support services. These services are in accordance with Enclosure I, Performance Work Statement. This acquisition is being conducted in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Government intends to award a contract for one (1) base year and four (4) one year option periods as a result of this RFP. The offeror shall provide the labor rate per hour that will be multiplied by the offeror’s own proposed number of hours to obtain evaluated price. The proposal must also identify any Government furnished equipment (GFE) and/or Government furnished information (GFI) required for task performance if applicable. If travel is specified in the PWS, airfare and/or local mileage, per diem rates by total days, and number of trips and number of Contractor employees traveling, shall be included in accordance with the Federal Travel Regulations (FTR) s well as submit other direct. Travel and Other Direct Costs may be required during the performance of this work. Contractors shall include this amount in their proposal. Travel location will be to USCG Command and Control Engineering Center in Portsmouth, Virginia and/or other USCG units as prescribed in Enclosure I Performance Work Statement (PWS). The primary place(s) of performance for all services under this contract will be at the Contractor’s facilities with frequent visits to the United States Coast Guard Command and Control Engineering Center at 4000 Coast Guard Boulevard, Portsmouth, VA. This contract will be awarded on a firm-fixed price basis.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=462ad545915bd664a322b7fc4c7b74fb&tab=core&_cview=1)
 
Place of Performance
Address: United States Coast Guard's Command and Control Engineering Center (C2CEN) 4000 Coast Guard Boulevard Attn: G. Scott, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN01806871-W 20090503/090501221133-462ad545915bd664a322b7fc4c7b74fb (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.