SPECIAL NOTICE
R -- MSC/USTRANSCOM LIAISON
- Notice Date
- 2/11/2004
- Notice Type
- Special Notice
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-04-T-9014
- Response Due
- 2/13/2004
- Archive Date
- 2/28/2004
- Point of Contact
- Kevin Spillane, Contract Specialist, Phone 202-685-5956, Fax 202-685-5965,
- E-Mail Address
-
kevin.spillane@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Services Contracting Branch of the Military Sealift Command intends to issue a sole-source award to The Blaine Richardson Company on the basis of the following solicitation. (i) 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, and using FAR Part 13 procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number: Request For Quotations N00033-04-T-9014. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. (iv) This solicitation is a 100% small business set-aside. NAICS Code: 541618; Small business size standard: $5.0 million. See Numbered Note 22. (v) The following CLINs apply: CLIN 0001, Contract award 520 hours (estimated 17 Feb 04 ? 17 May 04; CLIN 0002, Travel (estimated 12 trips). (vi) Statement of Work: A. Specific Tasks: 1. Report to COMSC, but be physically located at the Surface Cell in the J3 Operations center, USTRANSCOM, SCOTT AFB, IL. The COMSC LNO?s reporting senior is Commander, MSC. 2. Advise the Commander in Chief, USTRANSCOM and staff on any matters pertaining to Strategic Sealift operations and planning, which includes deployment planning and coordinating sealift support in the event of full or partial mobilization during major contingencies. 3. Advise the USTRANSCOM staff on the implementations of MSC policies, programs, concepts and operational procedures and techniques as they pertain to USTRANSCOM?s mission requirements. 4. Promote coordination between MSC/MTMC and TRANSCOM staffs, advising respective offices on matters pertaining to MSC/MTMC and TRANSCOM operations and planning, joint exercises, joint training and augmentation operations. 5. Coordinate Sealift requirements and feasibility with USTRANSCOM requirements staff. 6. Assist USTRANSCOM in identifying and coordinating reserve training opportunities and manning requirements. 7. Represent MSC and liaison with all Flag and General Officers at USTRANSCOM, attend all MSC relevant briefs and VTCs. Note: A SECRET clearance is required. B. Other Requirements: 1. Periodic reports, recommendations, analysis and assessments will be required and mutually agreed to for timing and specific content between the contractor and the Technical Point of Contact (TOPC) at the time of award. As a minimum, monthly status reports and significant meetings and conferences results are required. 2. Travel. To accomplish this task the contractor will be required to travel to the Washington, DC area for scheduled meetings and conference. Two to four visits per month may be needed. 3. Contract Type: This is a fixed price level-of-effort term order not to exceed a total of 520 hours (average 40 hours per week) in three months. The firm fixed price under this order will be the actual hours worked monthly multiplied by the Contractor's fully burdened labor rates. The level of effort may be reduced by mutual agreement between the TPOC and the Contractor; in such event, a reduction in the contract price shall be calculated by multiplying the number of hours by which the level of effort has been reduced by the applicable labor rate. Agreed rates shall be incorporated in the order. Contractor shall invoice only actual hours worked at the appropriate labor rate. 4. Key Personnel: The Contractor identified in Box 17a of Standard Form 1449 will perform under this order. No change in personnel will be allowed for the duration of this contract. 5. Period of Performance: The period of performance is for 520 hours commencing on or about 17 Feb 04. 6. Work Hours: Work hours will be ?as required?. It is anticipated that the average requirement will be for 40 hours per week. Hours in excess of 40 hours per week for any given month will require prior approval of the MSC N3/5 Program Manager. It is expected that work will be performed at an alternate site. MSC?s facilities may be made available to the contractor 24 hours a day, 7 days a week at the sole discretion of the TPOC. The contractor?s Point of Contact must be available to the Technical Point of Contact between 0700 and 1600 on normal workdays. 7. Inspection and Acceptance Criteria: The TPOC (MSC PM5 Program Manager) is responsible for the following: Technical Direction and/or approval of changes in level of effort, to the extent changes reduce the level of effort (An increase in the level of effort is not authorized); determining that hours invoiced reflect hours actually worked; final inspection and acceptance of all deliverables under this delivery order. 8. Points of Contact: Mr. Kevin Spillane, Contracting Officer, 202-685-5956; email kevin.spillane@navy.mil Mr. Carl King, Technical, 202-685-5506; email carl.r.king@navy.mil 9. Security: All information related to this contract is classified. Contractor will be required to work with secret information in the performance of this statement of work. The Contractor must have a SECRET Clearance. The contractor shall comply with all applicable public laws, government regulations, and MSC procedures regarding privacy. 10. Travel: Travel shall be approved in advance by the Technical Point of Contact. Travel shall be reimbursed in accordance with the Department of Defense Joint Travel Regulations. The Contractor shall be reimbursed for its actual costs, not to exceed the limits set forth in the HTR. No overhead, G&A or fees will be reimbursable for travel. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addendum: Pricing to be submitted on a fully burdened hourly basis. (ix) The Government intends to award a contract on a sole-source basis, providing the price is determined to be fair and reasonable. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with proposals. If information is unchanged from previous submissions, the Contractor may substitute a statement to that effect. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 52.203-6; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33; 52.239-1 (xiii) The following is incorporated as 52.212-4, Addendum: FAR Clause 52.232-18. ?Availability of Funds.? The clause at 252.212-7000, Offeror Representations and Certifications?Commercial Items, applies. The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, specifically, 52.203-3; 252.225-7012; 252.232-7003; 252.243-7002. (xiv) No DPAS rating is applicable. (xv) Numbered Notes: Number Notes (1) applies (100% small business set-aside; see www2.eps.gov/Numbered_Notes.html for a complete listing of Notes). (xvi) Offers are due by 1000 hours local time, Friday, 13 February 2004. Proposals may be submitted via fax (202-685-5965). (xvii) For further information contact Kevin Spillane at (202) 685-5956 or by fax as shown above or by email at Kevin.spillane@msc.navy.mil.
- Place of Performance
- Address: USTRANSCOM, SCOTT AFB, ST. LOUIS, MO
- Record
- SN00520692-W 20040213/040211212736 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |