Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

R -- Diving Support

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1 Chelsea Street, New London, CT 06320
 
ZIP Code
06320
 
Solicitation Number
HSCG32-18-Q-PE2A01-A
 
Response Due
3/13/2018
 
Archive Date
9/9/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is HSCG32-18-Q-PE2A01-A and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 561990 with a small business size standard of $11.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-03-13 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS USCG Research & Development Center requires the following items, Meet or Exceed, to the following: LI 001: Provide divers and support vessels to perform multiple deployment and retrievals in about 40-60 feet of water, in the Great Lakes, 10 nautical miles from Port Huron. Provide documentation by the use of still camera and video recordings. Provide communication between divers and USCG to provide guidance for remotely operated vehicle for documentation purposes. See SOW and Attachment 1 for additional information., 1, job; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS USCG Research & Development Center intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS USCG Research & Development Center is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.222-50, 52.223-18, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-55, 52.222-62. Additionally, the following HSAR clauses are incorporated herein by reference: 3052.209-70 Prohibition on Contracts with Corporate Expatriates and 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. 52.212-2 Evaluation Commercial Items 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: Evaluation Factors in Order of Importance: 1. Technical Submission: Offerors should submit a brief Technical Submission, not to exceed three (3) pages, addressing the Technical Criteria in the Statement of Work (SOW). Responses to the Technical Criteria will be rated either ACCEPTABLE or UNACCEPTABLE. In order to be determined ACCEPTABLE technical submissions must be rated ACCEPTABLE for ALL of the Technical Criteria. 2. Company Experience: The Offeror shall provide 3 examples of Company Experience that are similar in size and scope of the description in the SOW. 3. Price: will be evaluated on the total cost proposed. 4. Past Performance: Offeror shall provide three past performance references for projects that are similar in size and scope of the description in the SOW. The Offeror shall include a description of the work. and POC information for their references including phone number and email. References will be asked to rate previous work as satisfactory or unsatisfactory. Only work that is similar in size and scope of the description in the SOW will satisfy this requirement. All evaluation factors other than cost or price, when combined, are MORE important than price. The selected Offeror must comply with the following additional commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (b) 52.204-14 Service Contract Reporting Requirements, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; offeror must submit a completed copy of the Employee Classes, Monetary Wages, and fringe Benefits. The Wage Determination is: WD 04-0047 (Rev.-15) was first posted on www.wdol.gov 01/02/2018 Please carefully read the SOW and the attachment 1. These documents provide the full details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG32-18-Q-PE2A01-A/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04845406-W 20180309/180307231129-e0936e97607aac97f249af6392bbe956 (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.