Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

84 -- Light Duty Dry Suits and Heavy Duty Dry Suits - (Draft) - (Draft) - (Draft)

Notice Date
6/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315299 — All Other Cut and Sew Apparel Manufacturing
 
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-MNQ161
 
Archive Date
8/2/2011
 
Point of Contact
Justin G. Higginbotham, Phone: 2024753725
 
E-Mail Address
justin.higginbotham@uscg.mil
(justin.higginbotham@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance - Dry Suits Dry Suit Specification Dry Suit Worksheet (i)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 Parts 12 and 19. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. (ii)The United States Coast Guard (USCG) intends to award a single Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for dry suits (heavy duty and light duty). The solicitation number is HSCG23-11-R-MNQ161 and it is being issued as a Request for Proposals (RFP). (iii)The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 (Jan 2011). (iv)The associated NAICS Code is 315299 (size standard: 500 or fewer employees). This RFP is issued as a 100% small business set-aside. All responsible sources may submit a proposal which shall be considered by the agency. These dry suits are Commercial Items with some probable minor modifications (see FAR 2.101 for definitions). (v)The USCG has a requirement for a minimum of 100 and a maximum of 25,000 dry suits. The requirement is for a heavy duty dry suit for manual labor duties and a light duty dry suit for day-to-day duties. Offerors shall provide firm-fixed prices for heavy duty and light duty dry suits for five consecutive ordering periods of one year each. Offerors shall provide firm-fixed prices for dry suit repairs in years 4 and 5. The initial order is for 100 dry suits. (vi)The following attachments are included and are hereby incorporated into this solicitation: (1) Specification, (2) Past Performance Questionnaire and (3) price worksheet. (vii) FOB destination. Dates and places of delivery will be specified in each order. (viii) The provision at FAR 52.212-1 Instructions to offerors - Commercial Items applies to this acquisition with the following addenda. Offerors' 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 Technical Capability each proposal shall address the requirements in the attached specification and demonstrate the offeror's capability to produce and deliver dry suits. 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. Volume II shall contain the pricing information and Offeror Representations and Certification per FAR 52.212-3. Offerors shall complete and submit the attached price worksheet. Offeror's price proposal shall be submitted on a Firm-Fixed Price basis. Offerors shall provide pricing in accordance with the specification. ORAL PRESENTATIONS: After the solicitation closes, the government will schedule oral presentations by drawing lots. Oral presentations will be scheduled and begin within five working days after solicitation closing date. Oral presentations will be at USCG Headquarters, Washington, DC. The government will advise offerors of the date and time for the Oral presentations. The government reserves the right to reschedule oral presentations at the sole discretion of the Contracting Officer. Offerors shall bring no more than three representatives to the oral presentation. Total presentation time shall be no longer than 90 minutes. During oral presentations, offerors shall exhibit their heavy duty and light duty dry suits, demonstrate their features and show how to don them. The only audio-visual medium permitted is Microsoft Powerpoint. Offerors choosing to show slides shall submit them via e-mail to the contract specialist at least 24 hours in advance of the oral presentation and provide 4 sets of the slides on paper at the time of the oral presentation. The limit for Powerpoint slides is 15 which shall not count against the following proposal page limits. The Government reserves the right to photograph or video tape the presentation including the suits. Discussions will not be held at times of oral presentation. PROPOSAL PAGE LIMIT: The page limit for Volume I is 25 pages on 8x11 sheets with a minimum font size of 12. Any cover letter is not included in the page limit. Any drawings and/or brochures are included in the page limit. The page limit for Volume II is 10 pages. The Offeror Representations and Certification is not included in the page limit. SOLICITATION QUESTIONS: Solicitation questions must be submitted No Later Than 12:00 Noon on July 30, 2011 via email to Justin.Higginbotham@uscg.mil. Questions received after the above cutoff date and time may not be answered. All Questions and Answers and any amendments to the solicitation will be posted on http://www.fedbizopps.gov. PROPOSAL SUBMISSION: Submit both volumes to Contract Specialist, Mr. Justin Higginbotham by email at Justin.Higginbotham@uscg.mil. A confirmation email will be sent once the proposals are received. All pages will be printed in black and white. 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. The Government will not pay for any cost for oral presentation. (ix)The provision at FAR 52.212-2 Evaluation - Commercial Items applies to this acquisition. 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation 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 Capability: The government will review each offeror's proposal volume I and oral presentation. The government will evaluate proposed dry suits against the USCG specification. The government will evaluate each offeror's technical capability to produce, repair and deliver their proposed dry suits at the rates and quantities stated in this announcement. 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. The Government may exercise the option to review any and all past performance that it deems relevant independent of vendor submissions. A Past Performance Questionnaire is included as Attachment (2). 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. Price: The Government will evaluate the total overall price to determine accuracy, completeness, and price reasonableness. Shipping costs will not be included in evaluating total overall price. 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: Technical Capability and past performance of the evaluation factors are listed above in descending order of importance. Technical Capability and past performance, when combined are significantly more important when compared to price. (b) The government will evaluate offers for award purposes by adding the total price for all ordering periods. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time frame for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt unless a written notice of withdrawal is received before award. (x)Offerors shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications with its offer. (xi)The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009) applies to this acquisition and is Incorporated by Reference. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) (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, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). __ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). __ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (10) [Reserved] _X_ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _X_ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __X (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (16) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (19) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __X (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). __ (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). __ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). __ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (30) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (32) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (33)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). __ (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (46) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (49)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The clause FAR 52.215-1 Instructions to Offerors (MAR 2000) applies to this acquisition and is Incorporated by Reference. The clause FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) applies to this acquisition and is Incorporated by Reference. 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 9/26/11 through 9/25/2016. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) Attachments: (1) Specification (2) Past Performance Questionnaire (3) Price Worksheet __________________________________________ Mr. Justin Higginbotham US Coast Guard, Contract Specialist CG-9122, Formal Contracting Division Department of Homeland Security Justin.Higginbotham@uscg.mil (202) 475-3725
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-MNQ161/listing.html)
 
Record
SN02486753-W 20110702/110630235224-94b40fbec6ffbb4bfe5e996197265892 (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.