Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

R -- ISO 9001:2008 - Ombudsman - Statement Of Work

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-60222
 
Archive Date
4/9/2010
 
Point of Contact
Tammy J. Forwood, Phone: 4107626228, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(Tammy.J.Forwood@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement Of Work Ombudsman (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items, and as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-10-Q-60222 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This is an unrestricted solicitation. The North American Industry Classification System (NAICS) code is 541611 and the size standard is $7.0 for the requirement. U.S. Coast Guard Engineering Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) CLIN0001: Recertification prior to 1 May 2010. In accordance with attached Statement Of Work. To include audit report for the US Coast Guard Yard to retain certification to the ISO 9001:2008 standard. To include all audit and travel expenses. The audit report shall be presented at the conclusion of the management brief. Travel Expenses shall be in accordance with Federal Travel Regulations - www.gsa.gov/ftr QUANTITY: 1 JOB CLIN0002: Camera Ready Artwork of Contractor's Quality Management System mark and those of the Contractor's accrediting Agencies in pdf and jpeg formats. In accordance with attached Statement of Work. QUANTITY: 1 JOB CLIN0003: Option Clin - conduct 1st Surveillance Audit and provide report. In accordance with attached Statement Of Work. QUANTITY: 1 JOB CLIN0004: Option Clin - Conduct 2nd Surveillance Audit and provide report. In accordance with attached Statement Of Work. QUANTITY: 1 JOB CLIN0005: Option Clin - Conduct 3rd Surveillance Audit and provide report. In accordance with attached Statement Of Work. QUANTITY: 1 JOB CLIN0006: Option Clin - Conduct 4th Surveillance Audit and provide report. In accordance with attached Statement Of Work. QUANTITY: 1 JOB CLIN0007: Option Clin - Conduct 5th Surveillance Audit and provide report. In accordance with attached Statement Of Work. QUANTITY: 1 JOB (vi) Place of delivery is: U.S. Coast Guard Yard, 2401 Hawkins Point Road Baltimore, MD 21226-5000. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can provide this requirement, may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with their offer. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). – This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL EVALUATION FACTORS 1. The directory of companies that have achieved registration and/or ISO 9001:2008 after being audited by the prospective registrar. Describe the type of industry categories these companies belong to; an evaluation will be made to determine whether these companies are in the ship repair industry. 2.Based on the resume and experience of the Lead Auditor, a rating will be determined regarding the working knowledge of the Lead Auditor of the ship repair industry (other than CG YARD). This is a critical element for this contract because the lead Auditor needs to be able to evaluate the Quality Management System (QMS) at the CG YARD with similar facilities in the ship repair industry. 3.The prospective Audit Team must be able to function safely in a heavy industrial situation when interviewing all levels of the CG YARD personnel to determine implementation of the QMS. Familiarity with personal protective equipment is crucial and interviewing of employees must be done on the work site only when it does not interfere with production. Describe for us the policy for interviewing our employees and the Audit Team’s knowledge of the use of personal protective equipment. 4.The contractor will provide a tentative audit schedule at leas 30 days prior to the start of each audit (one re-certification and five surveillance) that specifies particular members of management to be interviewed and wheat functional shop areas are to be audited. The CG YARD will be given an opportunity to suggest the tentative schedule. Provide an example of a tentative schedule for review. 5.The Lead Auditor will conduct an opening meeting and closing meeting for the CG YARD’s Top Management to summarize audit results, note difficulties, and give a draft report with recommendations for the continued certification. Provide an outline of typical opening/closing meetings. 6.The contractor shall have a multi-layered appeals system system through which the CG YARD may appeal any ruling, determination, or action of the Contractor relating to the auditing and registration processes. Explain how the appeals process works including how long each step should take. 7.Corroboration that contractor is a Registrar accredited through the American National Accreditation Program for Registrars of Quality Management Systems as administered by the American national Standards Institute –ASQ National Accreditation Board (ANSI-ANAB). The scope of this accreditation shall include North American Industry Classification System (NAICS) codes 92811, 336611, and 336612 for ship and boat building repair. The Contractor shall supply a list of companies that they have audited to the ISO 9001:2008 standard. 8.Provide evidence that the lead auditor has audited a marine industrial operation facility to ISO 9001:2008. 9.Evidence that the Lead Auditor has audited to ISO 9001:2008 at least on (1) U.S. Government facility within the last three (3) years, has a working knowledge of the ship repair industry. Documentation outlining the Lead Auditor’s experience shall be provided as part of the submittal. 10.Documentation to support the Lead Auditor and all other members of the audit team are certified by the ANSI-ANAB. 11.Documentation that shows other members of the Audit Team have participated in at least one (1) audit of a facility for compliance with ISO 9001:2008 within the last three (3) years. 12.Provide a timeline showing how the Contractor intends to have the YARD re-certified to ISO 9001:2008 prior to expiration of the present ISO 9001:2008 certification of 12 June 2010. The Government will award to lowest price technically acceptable based on the above Technical Evaluation Factors. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) Offerors shall include a completed copy of the provision with their offer. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2010). The following clauses listed in 52.212-5 are incorporated: A. 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009). B. 52.222-3 Convict Labor (June 2003)(E.O. 11755). C. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126). D. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). E. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). F. 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998)(29 U.S.C. 793). G. 52.222-50 Combating Trafficking in Persons (Feb 2009). H. 52.222-54 Employment Eligibility Verification (Jan 2009)(E.O. 12989). I. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). J. 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) K. 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). L. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). M. 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt I N. 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). O. 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (xii). 52.217-5, Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (xiii). 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 quotation or 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 quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov. (xiv). The following items are incorporated as addendum to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. HSAR 3052.223-90, Accident and Fire Reporting (DEC 2009) HSAR 3052.242-17, Dissemination of Contract Information (DEC 2003) HSAR 3042.242-72, Contracting Officer’s Technical Representative (DEC 2003) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xv) HSAR 3052.215-70, Key Personnel or Facilities (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel or Facilites under this contract: ________________________________________ ________________________________________ (xvi). 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (xvii). 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) calendar day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (xviii) PROPOSALS ARE DUE BY 6:00 AM EST on March 9, 2009. Quotes may be faxed to (410) 762-6008 or emailed to Tammy.J.Forwood@uscg.mil. Contractors are responsible for verifying receipt of their quotes. The Government will not accept questions after 12:00PM EST on March 4, 2009. (xix) POC is Tammy Forwood, USCG Contract Specialist, 410-762-6228.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-60222/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, Maryland, 21128-5000, United States
Zip Code: 21128-5000
 
Record
SN02081061-W 20100304/100302235609-ea30c7366433f62d663da3a2ba8ec4b3 (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.