Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

19 -- United States Coast Guard Skiff Ice Boat (SKF-ICE) - Solicitation

Notice Date
6/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
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
HSCG23-10-R-MOT010
 
Point of Contact
Justin Higginbotham, , James Ferguson, Phone: (202) 475-3194
 
E-Mail Address
Justin.Higginbotham@uscg.mil, james.f.ferguson2@uscg.mil
(Justin.Higginbotham@uscg.mil, james.f.ferguson2@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4: USCG Districts Attachment 3: Past Performance Questionnaire Attachment 2: Price Scenario Worksheet Attachment 1: Specification Solicitation A.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 small business set-aside procurement is being issued in accordance with the procedures in FAR Part 12. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. B.The United States Coast Guard (USCG) intends to award a single Firm-Fixed Price contract for an initial quantity of 35 and an option for an additional 15 Skiff Ice (SKF-ICE) boats. The solicitation number is HSCG23-10-R-MOT010 and it is being issued as a Request for Proposals (RFP) under NAICS Code 336612 (size standard: 500 or fewer employees) as a 100% small business set-aside. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. These boats are expected to be Commercial-Off-The-Shelf (COTS) with some probable minor modifications (see FAR 2.101 for the definition of minor modifications). C.The USCG has a requirement for a minimum of 35 and a maximum of 50 SKF-ICE boat (to include training and delivery) to provide the USCG with Short-Haul ice boats to support Districts (D) 1 and D9 Small Boat Stations for Search & Rescue (SAR) during the ice season. The SKF-ICE will be used as a Short-Haul deployment craft (i.e. for ice rescue cases where the response is less than one-half of a nautical mile from shore) in accordance with the attached specification. D.Offerors shall provide prices for the following Contract Line Item Numbers (CLINS): Base Ordering Period -CLIN 00001 - Skiff-Ice Rescue Craft (including standard equipment, engine, standard commercial warranty, and accessories), Qty: 35 each; CLIN 00002 - Training (CLIN 00002a:D9, Qty: 1 each, CLIN 00002b:D1, Qty: 1 each); CLIN 00003 - Delivery (CLIN 00003a:D9, Qty: 30 each, CLIN 00003b:D1, Qty: 5 each). All deliveries for the base period shall be completed by 01 November 2010. E.Option - CLIN 10001 - Skiff-Ice Rescue Craft (including standard equipment, engine, standard commercial warranty, and accessories), Qty: 15 each; CLIN 10002 - Training (CLIN 10002a:D9, Qty: 1 each, CLIN 10002b:D1, Qty: 1 each); CLIN 10003 - Delivery (CLIN 10003a:D9, Qty: 10 each, CLIN 10003b:D1, Qty: 5 each). F.The following attachments are included and are hereby incorporated into this solicitation: (1) Specification, (2) Pricing Scenario Worksheet, (3) Past Performance Questionnaire, and (4) USCG District map. G.The FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition as well as the following addenda: i.INSTRUCTION FOR PROPOSAL CONTENT: Offeror's proposals shall be submitted in two Volumes. Volume I shall contain information addressing Technical Capability (to include any drawings and/or brochures) and Relevant Past Performance. Under the Relevant Technical Capability each proposal shall SEQUENTIALLY address the requirements in Section 4 of the attached specification. Volume II shall contain the pricing information and Offeror Representations and Certification per FAR 52.212-3. Note that simply restating the requirements or providing a blanket statement of full compliance is insufficient. Failure of the Offeror to comply with sequentially addressing all requirements or simply restating requirements or noncompliance with any of the RFP instructions may result in your proposal being eliminated from further consideration. ii.PROPOSAL PAGE LIMIT: The page limit for Volume I is 18 pages on an 8x11 sheets with a minimum font size of 12. Any cover letter is not included in the page limit. All amendments are included in the page limit for Volume I. All Offeror's proposal shall indicate receipt of all amendments. Any drawings and/or brochures are included in the page limit. The page limit for Volume II is 6 pages. The Offeror Representations and Certification is not included in the page limit. iii.SOLICITATION QUESTIONS: Solicitation questions must be submitted No Later Than 12:00 Noon EST on 22 June 2010 via email to Justin.Higginbotham@uscg.mil. 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 on http://www.fedbizopps.gov. iv.PROPOSAL SUBMISSION: Please submit both volumes to Contract Specialist, Mr. Justin Higginbotham by email at Justin.Higginbotham@uscg.mil before 12:00 noon EST on 09 July 2010. A confirmation email will be sent once the proposals are received. All pages will be printed in black and white. v.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. H.EVALUATION FACTORS: The following evaluation procedures will be used for this acquisition: i.Technical Capability: The government will evaluate each offeror's technical capability to deliver Skif Ice boats that satisfy USCG requirements. (1) Offerors shall provide information to demonstrate their ability to produce a platform that enables the USCG to effectively carry out mission critical operations during the ice season in accordance with the attached specification. (2) Offerors shall provide information to demonstrate the capability to produce and deliver boats at the rate and quantity stated in the price scenario worksheet. The submission of drawings is required. ii.Relevant Past Performance: The Government will evaluate each Offeror's past performance on recent projects of comparable scope and complexity to this acquisition. Past Performance describes how well contractors performed contractually. Relevant is defined as any contract, task order, or subcontract greater than $100,000 entered into by federal, state or local governments, and commercial customers that is pertinent to this specification. To be considered recent, the product must have been delivered within the past three years. Accordingly, each Offeror shall list ONLY three contracts, task orders, or subcontracts that are recent and relevant. Include the following information for each reference: (a) company or government agency; (b) point of contact with e-mail address and telephone numbers; (c) contract/order number; (d) contract type; (e) total value; and (f) project description. A Past Performance Questionnaire is included as Attachment (3). You are responsible for soliciting each of your past performance references to complete the questionnaire. The individuals completing questionnaires (not the Offeror) must submit them directly via e-mail (Justin.Higginbotham@uscg.mil ) or via fax (202-475-3905) no later than the due date for submission of the proposals. Sources other than those identified by the Offeror may be contacted by the Government. In evaluating the Offeror's past performance, the Government may query government-sponsored past performance databases for information. An Offeror with no relevant past performance will receive a neutral rating. iii.Price: The Government will evaluate the total overall price to determine accuracy, completeness, and price reasonableness for the base period as well as the option period. Evaluation of the option year will not obligate the Government to exercise the option. Offeror's price proposal shall be submitted on a Firm-Fixed Price basis. Offerors shall provide pricing in accordance with the attached price scenario worksheet. All Offerors shall hold its proposals and prices firm for at least 90 days from the date specified for the receipt of proposals. BASIS FOR AWARD: The basis for award will be best value, which will be based on consideration of the following factors in descending order of importance: (1) Technical Capability, (2) Relevant Past Performance, and (3) Price. Non-price factors when combined are more important than Price. Please note that as the technical proposals become closer in quality, price increases in relative importance. The Government intends to evaluate proposals and award a 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. I.All Offerors shall include a completed copy of the following provision with their proposals, or reference their current certifications in the Online Representations and Certifications Application (ORCA) system: FAR 52.212-3, Offeror Representations and Certification --commercial items (AUG 2009)-ALT 1 (APR 2002): J.The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) applies to this acquisition. K.The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (APR 2010) applies to this acquisition. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1, 8(i) and (ii), 12, 19 through 25, 30, and 38. L.The clause FAR 52.219-1 Small Business Representations (MAY 2004)-ALT 1 (APR 2002) applies to this acquisition. M.The clause FAR 52.217-5 Evaluation of Options (JUL 1990) applies to this acquisition. N.The clause FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) applies to this acquisition. O.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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-R-MOT010/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02178966-W 20100618/100616234753-f33e51b5e6e084c65c59591949835de0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.