Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

A -- Federal Marine Fisheries Regualations licenses

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-06-Q-DLE221
 
Response Due
8/16/2006
 
Archive Date
8/31/2006
 
Point of Contact
Jess Maanao, Store Keeper, Phone (202)372-4069, Fax (202)372-4905,
 
E-Mail Address
jmaanao@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure licenses to access the Federal Marine Fisheries Regulations Coast Guard wide from the period of performance of 01 September 2005 to 31 August 2006. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a(n) Small business set aside basis. SCOPE: Statement of Work Major Tasks: 1. Supplier agrees to provide Federal Marine Fisheries Regulations to the United States Coast Guard (USCG), for the period of 1 September 2006 through 31 August 2007. These regulations will be utilized by fisheries boarding officers, aircraft commanders and operations oversight personnel to enforce federal fisheries regulations at-sea and on the dock. Key requirements of these regulations are that: a. They must be clearly organized and formatted to provide quick and easy access for enforcement personnel to the appropriate section of the regulations. As many sections of the regulations reference other sections, section references should be clearly linked for quicker reference by enforcement personnel. For the period from 1 September 2006 through 31 August 2007, the irrevocable, non-exclusive right to use, store, reproduce in any medium, or transmit in any form or by any means, all the data and updates (deliverables) described in this SOW; supplier retains the right to sell or otherwise market to any other entity or individual the data and service covered by this SOW. b. They must be kept up-to-date with updates provided to the Coast Guard on a regular basis, at a minimum monthly. c. They must contain all appropriate parts of Titles 15, 46 (Part 28 only) and 50 of the Code of Federal Regulations that are enforced by the Coast Guard. Current regulations being provided include 50 CFR 216, 222, 223, 224, 226, 229, 230, 300, 403, 600, 622, 635, 640, 648, 654, 660, 679, and 697; 15 CFR 904 and 922; 46 CFR 28 and the Lacey Act, 16 USC 3371-3378. d. They must be provided in electronic .chm format, windows CE and Palm format. The supplier should be able to provide at the request of field units a paper copy of all or portions of these regulations?excluding regulations applicable to the U.S. west coast?in the form of its Books GEN, ADM, NE/MA, and SA/C/G, paid for by the requesting units at a cost in addition to this contract. Paper copy service should also include a monthly update feature. The USCG will ensure that the data provided to it under this agreement, in whatever form, is protected from use by anyone outside the Coast Guard. Excerpts from the regulations will be allowed to be used by the Coast Guard for inclusion in law enforcement case packages and other official purposes, whereby the information will be transferred outside the Coast Guard. 2. In addition, supplier will maintain the existing Vessel Monitoring System (VMS) regulated areas database. This database consolidates all the geographically defined regulatory areas in the federal marine fisheries regulations into one Excel file so that these areas may be imported into Coast Guard command and control systems. Supplier will need to provide all areas that are promulgated as final regulations, provided that can be done on the basis of the regulatory text, plus use of MapTech software for the sole purpose of creating latitude and longitude points for land intersections described in the regulations. For this purpose, the USCG will provide the supplier with MapTech software program and data disks. Updates must be provided on a regular basis, at a minimum monthly. VMS updates should be formatted identically to that being used at present (Microsoft Excel spreadsheets), and updated files will be transmitted via e-mail. 3. Advance Payment Provision: Due to automatic upgrades/updates throughout the performance period, advance payment is authorized under attached FAR 52.232-12. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 3:00 PM, ET, August 16, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the services and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price. Offerors must submit an original and two copies of the proposal to Jess Maanao, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to jmaanao@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items(Mar 2005), 52.212-4(Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items(Feb 2006) 52.219-6, Notice of Total Small Business Set-Aside (June 2003). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (April 2002). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec2001). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans fo the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, August 10, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above
 
Place of Performance
Address: WASHINGTON DC.
Zip Code: 20593
Country: UNITED STATES
 
Record
SN01105206-W 20060805/060803220507 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.