Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
MODIFICATION

R -- Auditing of Facility Management System for Conformance with ISO 14001:2004

Notice Date
4/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG40-12-Q-60756
 
Archive Date
5/22/2012
 
Point of Contact
Bryan D. Petersen, Phone: 410-762-6516
 
E-Mail Address
Bryan.D.Petersen@uscg.mil
(Bryan.D.Petersen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This Solicitation is amended to solicit on an unrestricted basis The United States Coast Guard Yard has a requirement for the auditing of its environmental management system for conformance with ISO 14001:2004. For details, see Statement of Work (Enclosure 1). This is a combined synopsis/solicitation for auditing services prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-57 (March 2012), using Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 541611 and the Small Business Size Standard is $7.0 million. Concerns having the expertise and required capabilities provide these services in accordance with Enclosure 1 are invited to submit complete information discussing the same. The resultant purchase order will be a Firm Fixed Price Contract awarded using simplified acquisition procedures in accordance with FAR Part 13. Quotes may be submitted on company letterhead by email to Bryan.D.Petersen@uscg.mil and must include the following Pricing and Past Performance and Technical Evaluation Factors: I. PRICING (1) Re-Certification Audit, ISO 14001:2004, in-accordance-with paragraph 3.4.1.1 of enclosure (1). Pricing shall be Firm, Fixed, Price and include all costs, including travel, if any, and an audit report to the Coast Guard within 30 days of completion of the audit. (2) Surveillance Audit #1 in-accordance-with paragraph 3.4.2 of enclosure (1). Pricing shall be Firm, Fixed, Price and include all costs, including travel, if any, and an audit report to the Coast Guard within 30 days of completion of the audit. (3) Surveillance Audit #2 in-accordance-with paragraph 3.4.2 of enclosure (1). Pricing shall be Firm, Fixed, Price and include all costs, including travel, if any, and an audit report to the Coast Guard within 30 days of completion of the audit. II. EVALUATION FACTORS: PAST PERFORMANCE AND TECHNICAL CAPABILITIES (1) Corroboration that contractor is a Registrar accredited through the American National Accreditation Program for Registrars of Environmental Management Systems as administered by the American national Standards Institute-ASQ National Accreditation Board (ANSI-ANAB). The scope of this accreditation shall include North American Industry Classification System (NAICS) codes 92811, 336611, and 336612 Ship and Boat building and repair, 493190, Warehousing, 561110, Office Administrative Services. The contractor shall supply a list of companies that they have audited to the ISO 14001 standard. (2) The contractor shall submit a resume and statement of experience of the proposed lead auditor for this project. Based on the resume (two pages maximum; only the first two pages will be considered) and experience (two pages maximum; only the first two pages will be considered) of the Lead Auditor, a rating will be determined regarding the working knowledge of the Lead Auditor of the ship repair industry (other than CG YARD). This is a critical element for this contract because the Lead Auditor needs to be able to evaluate the Environmental Management System (EMS) at the CG YARD with similar facilities in the shipbuilding/repair industry. (3) The prospective Audit Team must be able to function safely in a heavy industrial situation when interviewing all levels of CG YARD personnel to determine implementation of the EMS. The audit team must be able to meet the physical demands of auditing in a ship repair environment which involves stair climbing, accessing vessels under repair, and sometimes dirty work conditions. Familiarity with personal protective equipment is crucial and interviewing of employees must be done on the work site only when it does not interfere with production. Describe for us the company policy for interviewing our employees and the Audit Team's knowledge of the use of personal protective equipment (2 pages maximum). (4) The Contractor will provide a tentative audit schedule at least 30 days prior to the start of each audit (one re-certification and two surveillance) that specifies particular members of management to be interviewed and what functional shop areas are to be audited. The CG YARD will be given an opportunity to suggest the tentative schedule. Provide an example of a tentative schedule for review (1 page maximum). (5) The Lead Auditor will conduct an opening meeting and closing meeting for the CG YARD's top management to summarize audit results, note difficulties, and give a draft report with recommendations for the continued certification. Provide an outline of typical opening/closing meetings (2 pages maximum). (6) The contractor shall have a multi-layered appeals system through which the CG YARD may appeal any ruling, determination, or action of the Contractor relating to the auditing and registration processes. Explain how the appeals process works including how long each step should take (2 pages maximum). III. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following factors: (a) Past Performance and Technical Capabilities as defined in Paragraph II of this Solicitation (b) Price IV. FAR PROVISIONS AND CLAUSES The following FAR provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009)(15 U.S.C. 632 (a) (2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.225-1 Buy American Act - Supplies (Feb 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); V. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have a valid DUNS number and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. 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/COUSCGMLCA/HSCG40-12-Q-60756/listing.html)
 
Record
SN02731603-W 20120427/120426000520-34836d7640138c4d4e3a7d505caff608 (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.