Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOLICITATION NOTICE

19 -- Special Purpose Craft (SPC) - Ice Rescue (IR) - Specifications

Notice Date
6/23/2011
 
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
HSCG23-11-R-MOT008
 
Archive Date
8/6/2011
 
Point of Contact
Marlecia M Newby, Phone: 202-475-3199, James Ferguson, Phone: (202) 475-3194
 
E-Mail Address
marlecia.m.newby@uscg.mil, james.f.ferguson@uscg.mil
(marlecia.m.newby@uscg.mil, james.f.ferguson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 - Delivery Locations Attachment 4 - Clauses Attachment 3 - Past Performance Questionnaire Attachment 2 - CLIN Pricing Attachment 1 - SPC-IR Specification 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 procurement is being issued in accordance with the procedures in FAR Part 12 and 15. 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 procure up to twelve (12) Special Purpose Craft - Ice Rescue (SPC-IR) and associated support line items. The solicitation number is HSCG23-11-R-MOT008 and is being issued as a Request for Proposals (RFP) under NAICS Code 336612 (size standard: 500 or fewer employees). As set forth in more detail in the attached clauses at FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), the USCG intends to conduct a two-phase evaluation process to determine the offeror that represents the best value to the Government. The first phase will involve evaluation of written proposals as submitted by offerors, in accordance with the evaluation factors set forth in the FAR 52.212-2 clause herein, and the procurement under firm fixed price contracts of up to four (4) SPC - IR crafts and associated support line items from up to four (4) different offerors. USCG acceptance of these boats will mark the completion of those contracts and the end of Phase I. The second phase will involve physical testing and evaluation of the delivered boats of the initial awardees. Upon completion of the second phase evaluation process, the offeror that represents the best value to the Government, based on the evaluation factors set forth in the FAR 52.212-2 clause herein, will be awarded a single four (4) year Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed price contract for up to twelve (12) SPC-IR boats and associated support line items. The minimum number of SPC-IR boats to be procured under this IDIQ contract is one (1). The contract will have four (4) ordering periods of up to one (1) year each. The Government reserves the right to hold discussions and establish a competitive range. All qualified and responsible sources may submit proposals 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. C. The SPC-IR is required to fulfill the USCG ice rescue mission. The vessel shall be capable of traversing multi-terrain cold weather environments including open waters, rough water (up to three feet), solid ice, thin ice, broken ice and snow, emphasizing safety for the crew, passengers and personnel. The SPC-IR is used as a transport vessel, delivering an ice rescue team and gear to recover survivors stranded on an ice floe. There is a possibility that the SPC-IR could be used in emergency flood or hurricane conditions to recover stranded survivors. The SPC-IR will be used as a long-haul deployment craft and ice rescue cases where the response is greater than one-half of a nautical mile and less than ten miles from shore. While the primary mission of the SPC-IR is a delivery platform for ice rescue crews, it will also provide in some cases the only small-boat multi-mission response during ice conditions. Each SPC-IR shall be manufactured to satisfy the attached specification. D. Offerors shall provide prices for the Contract Line Item Numbers (CLIN) on the attached CLIN price worksheet for the boat to be used for phase-one down select evaluation (page 1) and for the boats that may be ordered in support of the IDIQ contract. Offerors shall list additional CLINs (if any) they believe are necessary to successfully complete the requirement in accordance with the specification. In addition to listing the CLINs, the offeror shall list the price, the discounted price (if separately priced), and describe its necessity. E. The following attachments are included and are hereby incorporated into this solicitation: (1) Specification, (2) CLIN Price Worksheet, (3) Past Performance Questionnaire, (4) FAR and Department of Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions, and (5) List of Delivery Locations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-MOT008/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02481180-W 20110625/110623235711-22f95861143f6c9e6a20b946f932230b (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.