Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

B -- GREENLAND WWII CRASH SITE INVESTIGATION - Statement of Work Attachment B

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
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-MAV436
 
Point of Contact
Stephanie L. Gallahan, Phone: 2024753255, James Ferguson, Phone: (202) 475-3194
 
E-Mail Address
Stephanie.L.Gallahan@uscg.mil, james.f.ferguson@uscg.mil
(Stephanie.L.Gallahan@uscg.mil, james.f.ferguson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment C - Past Performance Questionnaire Attachment A - CLIN Structure Attachment B - Statement of Work (i) This is a combined Synopsis/Solicitation for commercial items or services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. (ii) This solicitation is issued as a Request for Proposal (RFP), solicitation number HSCG23-10-R-MAV436, in accordance with FAR Parts 12 & 19 to provide positive confirmation of the suspected crash site of a World War II era J2F-4 Grumman Duck and crew. In accordance with FAR 12.203, the Contracting Officer will also use policies and procedures for solicitation, evaluation and award prescribed in Part 15, Contracting by Negotiation as appropriate. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-38. (iv) In accordance with FAR 19.502-2(b), the proposed acquisition is 100% reserved as a Small Business Set-Aside for 238910 - Site Preparation Contractors. The North American Industrial Classification System (NAICS) number is 238910 and the business size standard is $14,000,000.00. (v) The Contract Line Item Number (CLIN) structure shall consist of separate CLINS for different phases of the mission. (vi) The description of requirements for services to be delivered under this contract are found in the Statement of Work (SOW) which is provided as Attachment B. (vii) Period of Performance will be from date of award to two months after award. Primary place of performance is found in Section 1.7 of the attached SOW. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation and is incorporated by reference. Each Offeror shall provide the USCG Past Performance Questionnaire (see Attachment C) to three references. An Offeror may use as references: relevant contracts, delivery orders, purchase orders, and subcontracts that it has worked directly. Offerors shall request that the questionnaire be completed by each reference and forwarded directly to Ms. Stephanie Gallahan via e-mail (Stephanie.L.Gallahan@uscg.mil). Questionnaires are due not later than the next business day after proposals are due. Offerors shall submit in their proposals, the following information for their references: 1. Name of Contracting Acting Activity, 2. Contract Number, 3. Contract Type, 4. Total Contract Value, 5. Description of Contract Work, 6. Contracting Officer (or equivalent) name and e-mail address, 7. Contracting Officer's Technical Representative (or equivalent) name and e-mail address, 8. Program Manager (or equivalent) name and e-mail address, and 9. Names of first-tier subcontractors (if applicable) Offerors may provide supplemental information on both problems encountered and corrective actions taken on relevant contracts, delivery orders, purchase orders, and subcontracts referenced. Offerors should not provide general information on their performance; such information will be obtained via the questionnaires. Each Offeror shall describe in detail its technical approach to all tasks in the SOW. Each Offeror shall include a resume for the program manager that it proposes. (ix) Provision at 52.212-2 - Evaluation - Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and is lowest price technically acceptable. The following shall be used to determine technical acceptability: 1. Project Manager has advanced degree in science; 2. Technical approach demonstrates a thorough understanding of the SOW; and 3. No negative past performance information (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and appears below in full text. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50;(2) 52.233-3;(3)52.233-4. (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6 with Alternate I;(8) 52.219-6; (19)52.222-3;(20)52.222-19;(30) 52.225-1;(33)52.225-13;(38) 52.232-33. (xii) 52.216-1 Type of Contract. The Government intends to award a Firm Fixed Price Contract to a small business company resulting from this solicitation. (xiii) Additional contract requirements and terms and conditions are determined by the Contracting Officer to be necessary for this acquisition and consistent with customary. The following FAR provisions/clauses apply to this solicitation and are incorporated by reference. Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far. FAR 52.202-1; FAR 52.203-5; FAR 52.203-7; FAR 52.216-25; FAR 52.227-14: FAR 52.232-1; FAR 52.233-3. In addition Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions apply to this requirement. Offerors may obtain full text version of these clauses electronically at: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf HSAR 3011.602(c)(1), HSAR 3052.204-71 with ALT II, HSAR 3052.209-70, HSAR 3052.209-72, HSAR 3052.242.72 (xiv) Defense Priorities and Allocation System is not applicable. (xv) Proposals shall be in PDF and not larger than 30 pages (all inclusive). Proposals shall be submitted on 8.5 x 11 paper with a font size not smaller than 12 pts. (xvi)All questions regarding this RFP must be submitted NLT 2:00pm eastern August 4, 2010, via email to Stephanie.L.Gallahan@uscg.mil Attachments: (A) CLIN Structure (B) Statement of Work (C) Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-R-MAV436/listing.html)
 
Place of Performance
Address: As stated in Section 1.7 of the SOW, United States
 
Record
SN02219827-W 20100729/100728000208-575a3fece9e4d19050022d7dba4ae429 (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.