Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

L -- Watchstander Qualification Training System - ATTACHMENTS

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
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-MCM080
 
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
Competitive 8(a)
 
Description
ATTACHMENT B - Performance Work Statement PWS Reference 6.5 PWS Reference 6.2 ATTACHMENT C - Past Performance Questionnaire ATTACHMENT A - CLIN Structure (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-MCM080, in accordance with FAR Parts 12 & 19 to design and develop a Watch Qualification System (WQS) for the U.S. Coast Guard (USCG) Office of Cutter Forces (CG-751) as outlined in the attached Performance Work Statement (PWS). 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 an 8(a) Small Business Set-Aside for 611430 - Professional and Management Development Training. The North American Industrial Classification System (NAICS) number is 611430 and the business size standard is $7,000,000.00. (v) The Contract Line Item Number (CLIN) structure shall consist of separate CLINS for Deliverables, Other Direct Cost's (ODC's), and Travel as outlined in Attachment A (vi) The description of requirements for services to be delivered under this contract are found in the PWS which is provided as Attachment B. (vii) Period of Performance will be from date of award to twelve months after award. Primary place of performance is found in Section 1.7 of the attached PWS. (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. Offerors shall describe in detail its technical capability for all tasks in the attached PWS. The proposal should clearly demonstrate how the capabilities cited related directly to the successful performance of each task required. Discuss in your proposal any unique local or regional expertise held by your company or your subcontractors in the performance of this work. Submit resumes for all personnel proposed to work on this project. Break your proposal into four (4) sections. The first section shall contain the technical capability for the requirements as contained in the PWS. Section two shall contain resumes of all personnel proposed, (NTE 2 pages each) to demonstrate requisite experience and understanding. Proof of employment and/or contingency offer letters must be provided. Contractor personnel shall have experience in planning, creating, and or executing a customized maritime qualification system(s) specifically in support of qualifying crew members. Knowledge and experience in the capabilities, management, data collection, analysis, design and development of performance based student learning materials is required. Knowledge and abilities in developing and recommending practical performance examination guides and written test materials is required. Personnel shall have the ability to communicate effectively in English both orally and in writing. Lastly personnel shall be able to effectively explain, defend, and present concepts, ideas and methodologies accurately and clearly. These two sections when combined shall be no more than 50 pages in length. Offeror's response to Section 5.0 of the PWS must be sequentially ordered and identified in the PWS paragraphs by number. Restating the PWS requirement shall not be rated as satisfactory demonstration of technical capability. Section 3 shall contain a list of 3 relevant past performance references. This portion of the proposal is limited to 5 pages total. Section 4 shall contain the price proposal. Contractors shall provide their total proposed mix of labor categories, labor rates and labor hours to meet all the requirements contained in the PWS. Allocate labor hours across labor categories in your proposal as you deem appropriate. Summarize the total number of labor hours and the extended price for each labor category request in the CLIN Structure (Attachment A). The Government estimates, and does not guarantee 4,040 labor hours will be required to perform the requirements of the PWS. Contractors can propose Other Direct Costs (ODC's) necessary to complete the work detailed in the attached PWS and should include the rational for the use of the ODC's proposed. The Government estimates and does not guarantee $23,000 in non-local reimbursable travel, and shall be shall be subject to FAR 31.205-46. Specific travel locations are identified in the PWS. If the quote is not based on our estimate, include an explanation of the supporting rationale. (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 best value, which will be based on consideration of the Contractor's: (1) Technical Capability - Demonstrating capability to complete the required technical tasks and proposing qualified personnel, (2) Relevant Past Performance - Documenting successful performance under similar contracts and (3) Price - selecting appropriate labor categories and applying reasonable labor rates so that the total contract value is minimized. When combined Technical Capability and Relevant Past Performance are significantly more important that price. (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;(1) 52.203-6; (8) 52.219-8; (10) 52.219-14; (16) 52.219-28; (17) 52.222-3; (18) 52.222-19; (19)52.222-21; (20)52.222-26; (20) 52.222-35; (22) 52.222-36; (23) 52.222-37; (25)52.222-54; (30) 52.225-1;(33)52.225-13; (38) 52.232-33. (c) applicable to commercial services, that the Contracting Officer has indicated as being incorporated by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41; (2) 52.222-42. (xii) 52.216-1 Type of Contract. The Government intends to award a Firm Fixed Price Contract to an 8(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 52.203-5; FAR 52.203-7; FAR 52.216-25; FAR52.219-8; FAR 52.219-11; FAR 52.219-12; FAR 52.219-17;FAR 52.219-18 with Alternate I; 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 3027.404 with ALT IV; 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 50 pages (all inclusive). Proposals shall be submitted on 8.5 x 11paper with a font size not smaller than 12 pts. and must be submitted to Ms. Stephanie Gallahan via email NLT the time indicated on this posting. (xvi) All questions regarding this RFP must be submitted NLT 2:00 pm Eastern Time August 20, 2010 to Ms. Stephanie Gallahan via email to Stephanie.L.Gallahan@uscg.mil. Phone calls will not be accepted. Attachments: (A) CLIN Structure (B) Performance Work Statement (C) Past Performance Questionnaire (D) Reference Documents
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-R-MCM080/listing.html)
 
Place of Performance
Address: In Section 1.7 of Attachment B, United States
 
Record
SN02241087-W 20100815/100814000718-0b9a19d3026f7bccfbaaf831c6152c5d (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.