SOLICITATION NOTICE
J -- Engineering and Technical Support Services
- Notice Date
- 1/19/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-06-R-AAT135
- Response Due
- 3/23/2006
- Small Business Set-Aside
- 8a Competitive
- Description
- The U.S. Coast Guard (USCG), Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA is procuring for an Engineering and Technical Support Services contract for a two-year base period plus four, two year option periods, not to exceed ten years, if exercised by the Government, beginning on or about 1 June 2006. The contractor shall be responsible for the maintenance, overhaul, modification, alteration, refurbishment, logistics, training, programming and management support for C4ISR communication, electronic, networking, computer and telecommunication systems onboard USCG Vessels and Shore Facilities. The contract shall be an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with the majority of the task orders being issued as Time and Materials (T&M) orders. MLCLANT is responsible for the operational readiness of the Atlantic area USCG units by ensuring all USCG vessels and designated shore activities are fully capable of meeting their assigned missions. The Contractor shall provide technical support services, as required, to meet annual requirement for engineering, design, deinstallation, installation, technical assistance, maintenance, equipment overhaul, modification/alteration, refurbishment, logistics, training, programming and management support for various C4ISR, communication, electronic, networking, computer and telecommunication systems/equipment onboard Atlantic Area U.S. Coast Guard vessels and designated shore facilities. Work to be completed under this contract may be performed in spaces, which require all personnel therein to hold a Secret security clearance, at minimum. Some positions may require a Top Secret security clearance. The solicitation will be issued in accordance with the policies and procedures pursuant to FAR Part 12, Acquisition of Commercial Items; and, in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in Part 15, Contracting by Negotiations. The type of contract will be an (IDIQ) with the majority of the task orders being issued as T&M orders. It is anticipated that some orders may be issued as Fixed Price orders. The resultant contract will be a multi-million dollar contract with a $1M minimum guarantee applicable to the base year of the contract only. Past performance will be evaluated. The Base period of performance will be for two years with four, two year option periods, if exercised by the Government, for a total contract duration not to exceed ten years/120 months. FAR Clause 52.217-8 will be included to allow for an additional six month extension at the end of the contract, if necessary. The contract will require that the contractor maintain the following facilities within a 50-mile radius of MLCLANT, Norfolk, VA: (1) an office space for administering and providing points of contact for negotiating task order requiring on-site communications, (2) an estimated 20,000 square feet of environmentally controlled warehouse space, and (3) an estimated 5,000 square feet of installation and maintenance space for overhauling and storing the overhauled equipment until time of issue This requirement is set-aside 100% for eligible 8(a) firms under the Competitive 8(a) Program in accordance with FAR Subpart 19.805. The applicable NAICS code is 541330 (Engineering Services) with a Small Business Size Standard of $25.0M. For the calculation of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA's Small Business Size Regulation located at http://www.sba.gov/regulations/121/. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling toll free: 1-888-227-2423, or commercial: 1-269-961-5757. Any correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-06-R-AAT135. The solicitation, and any subsequent amendments, will be available electronically on the MLCLANT Internet Web site http://www.uscg.mil/mlclant/fdiv/fidv.html on or after 7 February 2006 with a closing date on or after 23 March 2006. Questions pertaining to the solicitation must be received electronically by the POC listed in this document within the first fifteen (15) days after solicitation is made available. No paper copies of the solicitation and/or amendments will be distributed. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from that site. If you have any questions pertaining to this notice, you may contact Ms. Janet Kodmon at (757) 628-4115 or via e:mail at janet.m.kodmon@uscg.mil
- Place of Performance
- Address: U.S. Coast Guard, Maintenance & Logistics Command, Atlantic, 300 E. Main Street, Norfolk, VA 23510; onboard USCG Vessels and and designated shore facilities.
- Zip Code: 23510
- Country: USA
- Zip Code: 23510
- Record
- SN00968703-W 20060121/060119211602 (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 |