MODIFICATION
R -- Front end Analysis(FEA)
- Notice Date
- 8/3/2006
- Notice Type
- Modification
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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-PPN265
- Response Due
- 8/9/2006
- Archive Date
- 8/24/2006
- 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 Contractor Support Services to conduct a front end analysis (FEA) utilizing CG Training System Standard Operating Procedures for one Self-contained Breathing Apparatus maintainer, per Statement of Work.(Please contact Jess Maanao for the Statement of Work and Far Clauses). 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) Unrestricted. SCOPE: See Statement of work. 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 4:00 PM, ET, August 4, 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, “broken out by labor hours, labor category, materials, and other direct costs¡ö. 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). 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, July 27, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Question and Answers Front end Analysis (FEA) HSCGG8-06-Q-PPN265 1. Does the FEA apply to the maintenance of the SCBA equipment only, or to the operations of the equipment as well? The FEA applies only to the maintenance of the SCBA equipment. 2. Who is the target audience¡ªpersons who maintain the equipment or the users of the equipment? Target audience is those who maintain the equipment. 3. Does the FEA apply to operations and equipment for both land and water activities or just one of them? I suppose it would be both, although it doesn't matter where this equipment is operated. The needs are the same for either case. 4. Does the FEA apply to SCBA equipment only, or also BAC equipment? The FEA applies to both SCBA and BAC equipment. The SCBA has maintenance consisting of a process called a posi-check. The BAC has separate maintenance procedures. 5. Does the FEA apply to all components of the SCBA system¡ªair compressor, cylinder storage, air tester, charging system, etc.? Yes--but just maintenance. 6. For BACs does the FEA apply to all components such as the filter and assemblies, etc.? Yes, again, strictly the maintenance side. 7. For performing a CBA, does the USCG have a preferred delivery mode that is wishes to make use of in this particular instance? e.g., ILT, online, self-paced, webinar, job aid, etc. No. It would depend on the results of the FEA and what was recommended given the DIF model results. 8. Are there a minimum number of past performances the contractor is expected to submit? Is there a specific format the contractor is expected to use for submitting past performances? No specific format. 9. Is there a standard font and a minimum font size the contractor is expected to use for the Technical and Cost Proposal? Will tables and charts count against the 20 page maximum? If there is a standard font and minimum font size, then will text in any tables and charts have to meet those same standards? No standerd, 20 page max. 10. Can the contractor use Microsoft Excel to prepare the cost estimate? If so, how will that count against the 20 page maximum? Yes. Yes. 11. Is the contractor expected to present resumes for Key personnel? If so, is there a maximum number of pages per resume? If resumes are required for key personnel, will they count against the 20 page maximum? Yes 12. Is this solicitation open to all small businesses, or do you require the business to be on the GSA Schedule? (Note: Harkcon LLC will be registered with the CCR prior to 4 Aug 2006). Open to all small business. Not required to be on GSA. 13. When does the Government plan on awarding the contract? After all proposal have been reviewed. 14. Will the contractor have access to Bauer Technicians? There¡¯s a strong likelihood that the contractor will have access to Technicians. However, not confirmed at this time. 15. Will the contractor have access to the Coast Guard members (Accomplished Performers) who have completed Bauer certification on the Self Contained Breathing Apparatus (SCBA) and Breathing Air Compressors (BACs)? Are these members stationed at the units listed in Section 1.9 of the Statement of Work (SOW)? Yes. Not known at this time, but strong likelihood that at least some of the members at the units listed in Section 1.9 will have completed certification. 16. Are we expected to include estimated travel costs to the Coast Guard units listed in Section 1.9 of the SOW in our bid, or is travel separate? Travel costs should be included in the bid. 17. For the purposes of estimating travel costs, what is considered to be the ¡°local commuting areas(s)¡± stated in 1.9? Greater Washington D.C. metro area (including Baltimore). 18. If travel estimates are included in the proposal, will that meet the requirements of Section 1.9? Yes. 19. How extensive is the extant data? Does Section 6 of the SOW reflect the entire list of documents required to be reviewed under Section 5.1 of the SOW? Section 6 does not reflect the entire list of documents, but that is the majority. 20. Will the Government provide the contractor with copies of all extant data documents not available on the internet? Will the contractor have access to the Coast Guard Intranet? Yes, the extant data will be made available. 21. Will the contractor be provided access to Bauer Tech Manuals as part of the GFI? Not known at this time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-06-Q-PPN265/listing.html)
- Place of Performance
- Address: WASHINGTON, DC
- Zip Code: 20593
- Country: UNITED STATES
- Zip Code: 20593
- Record
- SN01106440-F 20060805/060803230211 (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 |