Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
MODIFICATION

R -- Program Management and Analytical Support Services - Amendment 1

Notice Date
1/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
HSCG23-12-R-PDC010
 
Point of Contact
Wendy M Stevenson, Fax: 202-475-3905, Keith Harding, Phone: 202-475-3125
 
E-Mail Address
wendy.stevenson@uscg.mil, keith.harding@uscg.mil
(wendy.stevenson@uscg.mil, keith.harding@uscg.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Redacted HSCG38-09-F-410012 Amendment 00001 1) This is a combined Synopsis/Solicitation for commercial items or services prepared in accordance with Federal Acquisition Regulation (FAR) 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. 2) This solicitation is issued as a Request for Proposal (RFP), HSCG23-12-R-PDC010, to obtain contractor program management and analytical support services for the United States Coast Guard's Deputy Commandant for Mission Support Integration Office (DCMS-5) integrating and managing the Coast Guard's Mission Support capability across the enterprise. The Mission Support integration capability defines and delivers, through effective and responsive integration, a MS capability to acquire, design, field, maintain, and retire hardware, software, information, manpower, personnel, and facilities to support USCG mission execution. The contractor will work directly with end-users to identify mission needs and requirements and coordinate with several stakeholder groups to deliver these capabilities in the most efficient manner possible. The Contractor shall provide services to assist the USCG in initiating, planning, and closing out programs and projects as described in the attached Performance Work Statement (PWS) (Enclosure (1)). The deadline for submitting a proposal package is: Thursday, January 26, 2012 at 11:00 AM, EST. In accordance with FAR 12.203, the Contracting Officer may also use Federal Acquisition Regulation procedures for solicitation, evaluation and contract award prescribed in FAR15, FAR 16.5, and FAR 19.1305, as appropriate. 3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 (Dec 2011). 4) This solicitation is 100% set-aside for HUBZone small business concerns. The NAICS is 541611 (Administrative Management and General Management Consulting Services), which has a size standard of $7.0M. Proposals are only being accepted from SBA Certified HUBZone Small Business Concerns. Proposals received from offerors that are not HUBZone concerns will not be considered. HUBZone businesses are required to maintain a principal office in one of the specified areas and meet the 35% employee resident requirement. 5) The Contract Line Item Number (CLIN) structure shall consist of one CLIN for labor categories/hours and one CLIN for travel in the base period and three (3) option periods of a firm fixed priced Indefinite Delivery Indefinite Quantity (IDIQ) contract. See Enclosure (4) 6) The US Coast Guard intends to enter into a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity contract with a base year and three one-year options. The contract minimum order quantity will be obtained with the first task order. The description of services/requirements can be found in the PWS (Enclosures 1 & 2). 7) The base period of the IDIQ contract will be twelve (12) months from the date of award - to be followed by three consecutive option periods of twelve (12) months each. The anticipated initial task order for the IDIQ contract will have a period of performance of two (2) months. Performance and acceptance shall be at USCG Headquarters, Washington DC. 8) Basis for Award: The IDIQ firm fixed priced contract award will be made to the offeror conforming to the RFP that represents the best value to the Government, price and non-price criteria considered. Vendors shall note that the Government is more concerned with strengths in the non-price criteria than making an award to the lowest overall price. The basis for award will be best value, which will be based on consideration of the following evaluation criteria: (1) Technical Capability (2) Relevant Past Performance, and (3) Price. Technical is more important than relevant past performance and when combined are more important than price. Further, as the technical evaluation of the offerors become closer in ratings, price becomes more important in determining the best value. In the event that two (2) or more offers are determined not to have any substantial non-price criteria differences award may be made to the lower priced offeror. It shall be noted that award may be made to other than the lower priced offeror if the Government determines paying a higher price is the best value. In either case, a tradeoff will be conducted. The Government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the Government. The Government will evaluate proposals and may award a contract without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 9) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following addendum is provided to Paragraph (b): Proposals shall be submitted in two (2) Volumes. Volume I: Volume I - Non-Price, shall contain information addressing Technical Capability and Relevant Past Performance. Under the Technical Capability section, address the IDIQ Performance Work Statement (PWS) and Task order PWS in two separate sections that demonstrates the offeror's capability to perform the services of the PWS. Volume I - Technical Capability is limited to 25 pages. These sections should be organized to follow the PWS with an emphasis on Section 5. This section shall also include a staffing matrix and resumes. A. Staffing Matrix - (Does not count against the 25 page limit) The Staffing Matrix should identify the labor categories proposed to fill the staffing requirements identified in the IDIQ PWS. Identify the specific labor categories proposed to fill those positions and identify the proposed labor category by skill level (i.e., senior, mid or junior). In addition, the staffing matrix shall provide the minimum experience and educational qualifications required for each of the labor categories proposed in the offer. Failure to provide complete information may result in the vendor being removed from consideration and determined non-responsive. B. Resumes (Do not count against the 25 page limit) Provide a resume, not to exceed four (4) pages, for each individual identified in the offer to fill all personnel positions required for successful accomplishments of the initial Task Order PWS. Each resume must clearly identify the institution, type, and date of the educational level attained that meets the required minimum level for the position. Each position experience cited in the resume shall clearly identify its relevance to the PWS requirements and provide the following information: employer name, description of duties, and dates employed. (See Section 1.3 of IDIQ PWS for qualified personnel). Task order response is limited to 10 pages and not included in the 25 page limit. The task order response is not an evaluation factor for contract award, but will be reviewed and issued at contract award to the IDIQ contract awardee. Under the Relevant Past Performance section of Volume I, list the following information for three (3) past performance references. Past performance information is limited to 10 pages and not included in the 25 page limit above.: 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) Provide the USCG Past Performance Questionnaire (Enclosure 3) to the listed references. An Offeror may use as references: relevant contracts, delivery orders, purchase orders, and subcontracts that it has worked with directly. To be considered relevant, the services must have been performed within the past three years and the total dollar value must exceed $100,000.00. In accordance with the instructions provided, offerors shall request that the questionnaire be completed by each reference and forwarded directly to Mr. Keith Harding via e-mail (Keith.Harding@uscg.mil). Questionnaires are due no later than the day and time proposals are due ( Thursday, January 26, 2012 at 11:00 AM, EST ). 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. Volume II: Volume II shall contain pricing information. With respect to the pricing section: the Government estimates, but does not guarantee, that 15,360 labor hours will be required in the base period of the IDIQ contract of which 1,600 hours is estimated to perform the PWS tasks for the initial task order. The initial task order period of performance will be 2 months. The initial task order will represent the IDIQ contract minimum requirement The Government estimates, but does not guarantee that 15,360 labor hours will be required in each option period of the IDIQ contract. Allocate labor hours across proposed labor categories in spreadsheet form as deemed appropriate to support technical capability. Labor rates for quoted labor categories shall be fully loaded (i.e., to include- profit, general and administrative, fringe, etc.). Vendors shall clearly identify all prime labor rates and the price breakdown illustrating all components of the price related to any part of this effort that is subcontracted or assigned to a teaming vendor. Any proposal not based on the Government's estimates for labor hours must include an explanation for its basis. The amount for Other Direct Costs (Travel) are: Base period, $25,000.00; Option Period 1, $25,000.00; Option Period 2, $25,000.00; Option Period 3, $25,000.00. Task order one, $1,000.00. All travel costs will be reimbursed IAW applicable travel regulations and shall not include any G&A expenses. Volume II shall also include Representations and Certifications FAR 52.212-3.Volume II shall also include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. There is no page limit for Volume II. 10) The Provision at 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) applies. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal 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; relevant past performance; price. Factor 1: Technical Capability - The Government will evaluate the offeror's capability to perform the tasks described in IDIQ Performance Work Statement (PWS). Note that simply restating the PWS requirements is insufficient. The vendor's response to the PWS requirements should demonstrate a sound, thorough and viable technical approach that specifically addresses all aspects of the PWS clearly and convincingly demonstrating subject matter expertise, understanding of the requirement, and knowledge of the USCG environment. Vendors shall provide the planned technical approach that will be utilized to accomplish all the tasks in the attached PWS (See Enclosure 1). The Government will evaluate resumes of key personnel and the proposed labor mix for how they support the offeror's technical capability. Factor 2: Relevant Past Performance - To be considered relevant, the services must have been performed within the past three years and the total dollar value must exceed $100,000.00. The offeror is solely responsible for ensuring the Questionnaire is completed and returned by the respective references to the email address (Keith.Harding@uscg.mil) on or before the proposal deadline (Thursday, January 26, 2012 at 11:00 AM, EST). Past performance will be evaluated on quality of service, timeliness of performance and business relations. The Government reserves the right to utilize past performance information other than the information received via proposals or questionnaires. A vendor's lack of relevant past performance information will be evaluated by the Government as "Neutral" for this factor. Factor 3: Price - The Government will evaluate each of the four (4) separate periods of performance (base and 3 options) in the offeror's price proposal for the IDIQ contract. Labor rates will be evaluated individually to determine if they are fair and reasonable. However, price alone will not be the determining factor. The factors listed above are in descending order of importance. Technical and past performance when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time 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. 11) Offeror shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer; OR verify that information required by this provision is listed on the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov. 12) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this procurement and is incorporated by reference. 13) 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. The Contractor shall comply with the following 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, with Alternate I, (2) 52.203-13, (4) 52.204-10, (6) 52.209-6, (8) 52.219-3, (11) 52.219-6 (13) 52.219-8,, (15) 52.219-14, (16), (15 U.S.C. 637(d)(4)(F)(i)). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-21, (27) 52.222-26, (28) 52.222-35,(29) 52.222-36, (30) 52.222-37 (32) 52.222-54, (40) 52.225-13, (45) 52.232-33, (48) 52.239-1. 52.212-5(e), (28) 52.222-26, (29) 52.222-35, (30) 52.222-36, (32) 52.222-40, (1) 52.222-41, (33) 52.222-54. (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: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (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- (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (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. 14) Additional contract requirements and terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices are listed below, full text can be found at http://farsite.hill.af.mil/. 52.217-9 Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 30days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 (months). 15) 52.252-2 Clauses Incorporated By Reference (Feb 1998) (IBR) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/FAR/ 16) The following FAR clauses are IBR: 52.216-18 Ordering, insert March 2012; March 2016; 52.216-19 Order Limitations, insert $25,000.00; $2.5M; $2.5M, 30 days, 3 days; 52.216-22 Indefinite Quantity, insert March March 2016; 52.217-5 Evaluation of Options. (July 1990); 52.217-8 Option to Extend Services. (Nov 1999) insert 30 days; 52.232-8 Discounts for Prompt Payment (Feb 2002). 52.232-17 Interest (Oct 2010). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). 17) In addition Homeland Security Acquisition Regulation (HSAR) Clauses and Provisions apply to this requirement: HSAR clauses can be found at http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf. HSAR 3011.602(c)(1) General; HSAR 3052.204-71 - Contractor Employee Access (JUN 2006) ALT II (JUN 2006); 48 CFR 3027.404 - Basic rights in data clause; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006); HSAR 3052.209-72 Organizational Conflict of Interest (JUN 2006); HSAR 3052.242.72 Contracting Officer's Technical Representative (DEC 2003). 18) Defense Priorities and Allocation System is not applicable. 19) Proposals shall be submitted on 8.5" x 11" paper with a font size not smaller than 12 points. Proposals shall be in PDF except the price proposal which shall be submitted in an Excel spreadsheet as outlined in 52.212-1 (1). 20) All questions must be submitted by 2:00 pm EST on 01/12/2012 to Keith.Harding@uscg.mil and wendy.stevenson@uscg.mil. Proposals shall be sent to Keith Harding via e-mail (Keith.Harding@uscg.mil) no later than Thursday, January 26, 2012 at 11:00 AM, EST. Enclosures: (1) IDIQ PWS (2) Task Order PWS (3) Past Performance Questionnaire (4) Price Proposal Worksheet NOTICE FOR FILING AGENCY PROTESTS UNITED STATES COAST GUARD OMBUDSMAN PROGRAM It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-R-PDC010 /listing.html)
 
Place of Performance
Address: USCG Headquarters, 1900 Half Street, SW, Washington DC 20593, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02657375-W 20120121/120119234550-f9fb5127af9c4fd31cdae9c28dfe7033 (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.