Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

69 -- Classroom Small Arms Weapons Simulator - HSCG23-09-R-MSA051 RFP Documents

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
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-R-MSA051
 
Archive Date
8/28/2009
 
Point of Contact
Todd W Blose, Phone: 202-475-3205, Waldron J O'Brien, Phone: 202-475-3238
 
E-Mail Address
todd.w.blose@uscg.mil, walt.j.o'brien@uscg.mil
(todd.w.blose@uscg.mil, walt.j.o'brien@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CombinedSynopsis-Solicitation_RFP-AttchE(FieldUnitsAddresses)_MSA051(3of3).pdf CombinedSynopsis-Solicitation_RFP-AttchE(FieldUnitsAddresses)_MSA051(2of3).pdf CombinedSynopsis-Solicitation_RFP-AttchE(FieldUnitsAddresses)_MSA051(1of3).pdf CombinedSynopsis-Solicitation_RFP-AttchD(PPQ)_MSA051.doc CombinedSynopsis-Solicitation_RFP-AttchC(Clauses)_MSA051.doc CombinedSynopsis-Solicitation_RFP-AttchB(PricingScenario)_MSA051.doc CombinedSynopsis-Solicitation_RFP-AttchA(Specs)_MSA051.doc CombinedSynopsis-Solicitation_RFP_MSA051.doc (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being issued in accordance with the procedures in FAR Part 12, Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written synopsis will not be issued. (ii) The solicitation number is HSCG23-09-R-MSA051 and it is being issued as a Request for Proposals (RFP). (iii) The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (iv) The North American Industrial Classification System (NAICS) for this procurement is 335999 (size standard: 500 or fewer employees) and is solicited as a 100% small business set-aside. (v) Offerors shall provide prices for the Contract and Optional Line Item Numbers (CLINS), items, and quantities as listed in Attachment B, “Pricing Scenario”. (vi) The USCG has a requirement to purchase an estimated minimum of 24 and an estimated maximum of 100 Small Arms Classroom Simulators for the USCG Small Arms Directorate. These weapons simulators will be used in a classroom environment by USCG members for firearm training. Attachment A, “USCG Small Arms Classroom Simulator Requirements Specification”, contains the required (Threshold) and desired (Objective) specifications for this requirement. As a result of this solicitation, it is anticipated that a single Firm-Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) type contract with provisions for issuance of delivery orders (DO) will be awarded in accordance with FAR 16.504. The contract will consist of an ordering period of twelve months from the date of contract award. For planning purposes, it is anticipated that up to 100 weapons simulators will be procured under the contract; an initial DO for an estimated 24 simulators will be issued concurrently with the award of the IDIQ Contract. These simulators are expected to be Commercial-Off-The-Shelf (COTS) products with some probable minor modifications (see FAR 2.101 for the definition of minor modifications). The Government intends to evaluate proposals and award a single Contract without discussions. Therefore, each initial offer shall contain the best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (vii) REQUIRED DELIVERY SCHEDULE: The Contractor shall ship all products to the locations listed in each individual DO via any proposed shipping method; see Attachment E, “Field Unit Addresses”, for the USCG Unit addresses; it is expected that deliveries under this IDIQ contract will be within the Continental United States (CONUS) only. Deliveries will be made to the “ship to” address within twelve weeks from the issuance of each DO. An exact shipping schedule cannot be provided with this solicitation as orders will be made based on the availability of funds and urgency/need of USCG units that are receiving the equipment. It is preferred that standard delivery price(s) be quoted (F.O.B. Destination). (vii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation – Commercial Items applies to this acquisition. Refer to Attachment C, “Additional Applicable FAR & HSAR Provisions and Clauses”, for the specific evaluation criteria. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with their offers; OR verify that information required by this provision is listed on the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms & Conditions – Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms & Conditions Required to Implement Statues or Executive Orders – Commercial Items, applies to this acquisition. Offerors will refer to clause 52.212-5 listed in Attachment C for the additional clauses applicable to this acquisition. (xiii) Additional contract requirements and terms & conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices: (1)WARRANTY TERMS & CONDITIONS: The vendor shall submit the terms and conditions for their standard commercial warranty offerings. (2)INSTRUCTION FOR PROPOSAL CONTENT: Offeror’s proposals shall be submitted in two separate Volumes. Volume I: (a) Simulator Operational Capabilities and Physical Characteristics, (b) Quality Assurance, (c) Commercial Warranty Terms and Warranty Process, and (d) Relevant Past Performance. Volume I shall address the specifications (Attachment A) SEQUENTIALLY; for example: Government’s Requirement: A. Maintenance/Warranty & Delivery (Threshold) A.1 Standard commercial warranty. A.2 Completed simulators shall be made to the “ship to” address as listed in Dos within twelve weeks from the issuance of each DO. Contractor’s Response: “The Offeror shall…” Offerors shall demonstrate the simulator technical capabilities per the specifications (if responses are located in accompanying product literature, you must cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. If an Offeror fails to sequentially address all specifications, simply restates the requirements, or fails to comply with any of the RFP instructions, its proposal may be rejected and eliminated from further consideration. Offerors shall include in the proposal its detailed commercial warranty terms and process. In the specification document, items followed by the word "Threshold" are minimum requirements or performance that the proposed product must have. Items followed by the word "Objective" represent desirable increases in operational capabilities. These “Objective” requirements or any portion thereof, as well as any other items or increased performance capabilities the Offeror considers desirable or to add value, may be offered. Volume II: The Contractor shall submit proposals on a Firm-fixed Price basis. Volume II shall contain (a) a completed Attachment B, “Pricing Scenario”, as well as a price breakdown of the proposed product by entering the respective unit prices and extended prices for the CLINS listed, and (b) the Offerors Representations and Certifications required by the provision at 52.212-3 IF they are not listed at the ORCA database. (3)PROPOSAL PAGE LIMIT: PROPOSAL PAGE LIMIT: The page limit for Volume I is 45 pages total, and there is NO page limit for Volume II. Both volumes shall be on an 8x11 sheet, with a font size of 10-12. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212.3) are not included in the page limit. a.For Volume I, submit One Original and Three Copies b.For Volume II, submit One Original and Three Copies. (4)ORDERING PROCEDURES: Contracting Officer – IDIQ Level The IDIQ Contracting Officer located at the USCG Headquarters shall have the overall responsibility for the administration of the IDIQ. The IDIQ Contracting Officer shall be the only individual authorized to take actions on behalf of the Government to amend, modify or deviate from the IDIQ terms, conditions, requirements, specifications, details, and/or delivery schedules. The IDIQ Contracting Officer is responsible for the overall administration and final closeout of the IDIQ, and when necessary will provide scope oversight; serve as liaison between the Contractor and USCG; assist in expediting orders; ensure compliance with the IDIQ requirements; issue amendments against the IDIQ; and track dollar ceilings. Contracting Officer – DO Level The Classroom Simulator will be ordered via DOs issued by DO Contracting Officer within the USCG. All warranted Contracting Officers of the USCG are authorized DO Contracting Officers. DO Contracting Officers’ responsibilities include: ensuring the DOs are with the Scope of the IDIQ; approving or withholding payment or authorizing partial payment of invoices; ensuring the administration and final closeout of the DOs. (5)Contractors doing business with the Government are required to register in the Central Contractor Registration (CCR) database before they can be awarded a contract. A template containing the information for registration can be found at: http://www.ccr.gov (6)The following attachments are included and are hereby incorporated into this solicitation: (A) Small Arms Classroom Simulator Specification; (B) Price Scenario Worksheet; (C) Applicable FAR provisions and clauses; (D) Past Performance Questionnaire; and (E) USCG Unit Addresses. (xiv) The Defense Priorities and Allocations System (DPAS) does NOT apply to this acquisition. (xv) Proposals shall be submitted on or before 12:00 noon EDT on 13 August 2009 to the attention of the Contract Specialist, Mr. Todd W. Blose via e-mail at Todd.W.Blose@uscg.mil (any attachments should be in Word, Rich Text Format, or PDF and must not exceed 2 MB); or arrive at the following address by 12:00 noon EDT on 13 August 2009: Commandant (CG-9122) ATTN: Todd W. Blose (JR11-0825) United States Coast Guard 2100 2nd St SW STOP 7112 Washington, DC 20593-7112 Hand-Carried Proposals: If hand-carried proposals are submitted please submit them to the following address: Commandant (CG-9122) ATTN: Todd W. Blose (JR11-0237) United States Coast Guard 1900 Half Street, S.W., Washington, DC 20593 Phone: 202-475-3205 RFP: HSCG23-09-R-MSA051. *NOTE: The U.S. Coast Guard Headquarters building on 1900 Half Street, Washington, DC, is a controlled access building. Prior arrangements for access must be made by contacting the Contract Specialist, Mr. Todd W. Blose at least one business day prior to the date required for access. Expect some delays clearing building security and plan accordingly. It is the Offeror’s responsibility to ensure that proposals are delivered by the due date and time required. The required number of copies of the proposal must be received by the Contract Specialist no later than (NLT) 12:00 Noon EDT on the required submission date. No changes or additions to a volume will be permitted after this date, except as provided under discussions, if necessary. An Offeror that fails to meet any due date will be considered “late” in accordance with FAR 52.212-1(f). Solicitation Questions: Questions must be submitted NLT 12:00 Noon EDT on 24 July 2009 to the POC via email at Todd.W.Blose@uscg.mil. ALL answers to questions will be posted on or before 12:00 Noon EDT on 29 July 2009. Questions received after the above cutoff date and time may not be answered. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. All Amendments to the solicitation will be posted via http://www.fedbizopps.gov. Note: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. (xvi) The point of contact (POC) for this acquisition is Contract Specialist, Mr. Todd W. Blose/CG-9122. He can be reached at (202) 475-3205 or via e-mail at Todd.W.Blose@uscg.mil. NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the United States Coast Guard (USCG) 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 Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 a specific USCG 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 USCG 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 in FAR 33.103. 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 submitted to: Commandant (CG-9131), ATTN: Ombudsman Program for Agency Protests, United States Coast Guard, 2100 2nd St SW STOP 7112, Washington, DC 20593-7112; FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-09-R-MSA051/listing.html)
 
Place of Performance
Address: United States Coast Guard Headquarters, 2100 2nd St SW, Washington, District of Columbia, 20593-7112, United States
Zip Code: 20593-7112
 
Record
SN01874982-W 20090716/090715000507-de90590fb19de60e94d31550bcb7ad49 (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.