Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2008 FBO #2452
DOCUMENT

R -- Planner Estimator Services - Amendment 1

Notice Date
8/11/2008
 
Notice Type
Amendment 1
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Seattle, 1519 Alaskan Way, South, Seattle, Washington, 98134-1192
 
ZIP Code
98134-1192
 
Solicitation Number
21093396SRE92
 
Response Due
9/5/2008 2:00:00 PM
 
Point of Contact
Deborah Cefaratti,
 
E-Mail Address
Deborah.S.Cefaratti@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard within the Department of Homeland Security, is seeking quotes to perform Planner/Estimator Services in support of the Engineering Division in the form of an individual. 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 following identifies the functional requirements which meet the government’s requirements. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. Solicitation Number 21093396SRE92 is issued as a request for proposal (RFP). This action is set-aside for small business. The associated North American Industry Classification System Code is 541330 with the small business standard is $4.5. A. Scope: Planner/Estimator Services Integrated Support Command (ISC) Seattle 1. Objectives To obtain quality and timely planner estimator services in order to supplement the existing ISC Seattle Engineering Division workforce and to satisfy customer's needs. 2. Contract Type This will be a firm fixed price (FFP) non-personal service requirements contract and will contain a unit price, with the unit price defined as one service hour of services. 3. Period of Performance and Level of Effort a.Time Period. The government anticipates a need for 1040 hours of work from on or about 1 October 2008 through 31 March 2009. Based on the contractor providing 8 productive hours per day this would involve 130 working days of performance. However, consistent with the availability of in-house personnel and customer needs the government may end up requiring less than the full 1040 productive hours of work. b.Level of Effort. The government need is to obtain services that supplement the existing workforce. The anticipated weekly level of effort is approximately 40 service hours per week. Therefore, the government anticipates that the contractor could provide this service with one qualified individual working full-time for the contractor providing services at ISC Seattle, WA. 4. Place of Performance The primary place of performance is Seattle, WA. The government provided office would be located in ISC Seattle Engineering Division, which is located at Pier 36, Building 3, 1519 Alaskan Way South, Seattle, WA. Some work may require traveling to project sites located in the local Seattle area. Transportation will be provided if necessary. B. Scope a.Performance. The Contractor will provide independently, and not as an employee or agent of the government, provide timely and quality planner estimating services. These services include the following: Develop scopes of work, detailed job plans, material/equipment specifications and cost time estimates for maintenance and repair work in the carpentry, painting, masonry and other structural areas for execution by the in-house work force or by contract. (2) As needed coordinate with customers, and visit the work site to identify work requirements. (3) Develop step-by-step plans for accomplishing projects by determining materials and labor needed to complete the project. (4) Prepare estimates (using R.S. Means), sketches and bills of materials and specifications in enough detail for a tradesman to do the work requested by in-house or by contract. (5) Monitor the progress of on-going projects, visit job sites of on-going projects, and respond to questions and problems that arise. b. Qualifications. Contractor employed planning estimating personnel shall meet the following minimum qualifications: Knowledge of maintenance and construction practices; knowledge of relationships between building trades; knowledge of applicable building codes; ability to estimate material and labor costs using R.S. Means; skill in the preparation of shop drawing and specification using AutoCAD, ArchiCAD; knowledge of pertinent safety and environmental regulations; ability to read, understand, and interpret engineering drawings and specification; ability to establish and maintain effective working relationships with all levels of military personnel and customers; ability to climb ladders, stairs, and scaffolding to make necessary inspections; possession of a valid driver's license. c. Rejection of Employee DHS reserves the right to reject employee(s) at any time during the duration of the contract if they are deemed not to have the level of competence or abilities or for any other reason found to be unsuitable for work required under the contract. A suitable replacement employee shall be provided the following work day or as soon as practicable. d. Lunch Period and Breaks The Contractor is required to provide at a minimum one (1) paid thirty – minute lunch break and two (2) fifteen minute breaks. The cost of these breaks should be factored in the contractor’s hourly rate. e. Overtime Overtime is not anticipated as a result of this award, however, during periods of overtime, the Contractor will be paid no more than one and a half times the awarded hourly rate. f. Security Classification. None required. C. Deliverables/Delivery Schedule No deliverables other than those work products identified in paragraph 5a above. Delivery time will be established on a case-by-case basis. D. Government Furnished Equipment (GFE) The government will provide a work area and include all normal office supplies, office furniture, telephones, calculators, copy machines, computer, computer software, and other supplies and materials needed to do the work assigned. As such GFE is to be used only for performance of work included in this contract. The government will provide all personal protective equipment with the exception of prescription safety glasses and safety shoes or boots. E. Post-Award Administration. a. Government Technical Representative. Although contractor provided planning estimating personnel will interact with a variety of Engineering Personnel and customers, the following Government individual will serve as the primary local government POC: Ken Alluise, Maintenance Foreman, Phone Number (206) 217-6454. b. Progress/compliance/acceptance. Planner estimator personnel provided by the contractor will be expected to keep the government apprised of the progress of their work and will need to participate in scheduled and unscheduled meeting on a regular basis. Weekly written status reports or updates are required. Work performance, reports submitted, and other deliverables provided under this contract will be reviewed, inspected, and accepted at the installation level by local government personnel. c. Quality Assurance. The contractor will-not be required to provide quality assurance personnel above and beyond the contractor provided personnel performing the planning estimating work. However, the contractor provided personnel performing planning estimating work should have sufficient character traits, skills, and experience that they are able to perform quality services with minimal errors and omissions. F. Other Pertinent Information or Special Considerations a. Conflict of Interest. IAW FAR 9.501 the contractor awarded this work will not be able to compete or perform construction projects developed under this contract. b. Contractor Travel. The contractor personnel may have to perform travel off the installation. Government transportation will be provided. c. Conduct/Performance. The contractor is required for ensuring that any contractor employees providing services under 'this contract conduct themselves and perform services in a professional, safe and responsible manner and that all times they behave, act, and perform in a manner reflecting credit upon the Coast Guard. d. Consistent with Homeland Security Acquisition Regulation (I-ISAR, 3052.237~70, Qualification of Contractor Employees, the Contractor shall conduct, and document, an employee suitability investigation on the employee assigned to this contract. The Contractor shall complete HSIF Form 3237, Contractor Personnel Access Application, for each employee before starting work on this contract. This information must be provided to the Contracting Officer at least 48 hours prior to any employee performing under this contract. The contractor shall not employ any person for work on this contract if such employee is identified to the Contractor by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the Government installation and its population. This identification will not excuse the Contractor from performing the requirements. e. Work Hours; Core working hours are from 0700 to 1530. On occasions, work schedule may require adjustment to accommodate customer requirements and/or potential contractors/bidders job site visits. f. After-hour response. Contractor personnel may be required to respond to projects during other than normal duty hours. In these instances, there is no provision for on call pay: however a minimum of two hours overtime pay will be paid when the hours worked are not immediately prior to the start of the work day or continuous at the end of the work day. Contractor personnel will be considered on duty from the time they report to their place of work ready, willing and able to begin work at the specified time directed. G. Accounting and Appropriation Data Accounting and appropriation date will be provided on the order. Contractors must have valid DUNS number, and be registered with CCR (Central Contractor Registration) www.ccr.gov. The following Federal Acquisition Regulation (FAR), and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror proposing the best value to the Government considering price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008). These certifications must be included with proposal and can be assessed and downloaded via FEDBIZOPS with this RFP. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2008), The contractor shall comply with following clauses, as indicated within the respected sections of paragraph b of this provision: (14) 52.222-3, Convict labor; (16) 52.222-19 Child Labor; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52.222-35 Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-39, Employment Reports on Special Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-2, Security Requirements; 52.219-14, Limitations on Subcontracting; 52.252-2 Clauses Incorporated by Reference; The following Department of Homeland Security Clauses: HSAR Clause 3052.209-70 Prohibition on Contracts with Expatriates; HSAR Clause 3052.215-70, Key Personnel or Facilities; HSAR Clause 3052.242-71, Dissemination of Contract Information; HSAR Clause 3052.242-72, Contracting Officers Technical Representative; HSAR Clause 3052.237-71, Information Technology Systems Access for Contractors; HSAR Clause 3052.237-70, Qualifications of Contract Employees. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far (FAR Clauses) and http://farsite.hill.af.mil.vfhsar1.htm (HSAR clauses) H. Submittals: The Government intends to make a single award to the responsive and responsible firm whose proposal is most advantageous to the Government, price and non-price related factors considered. Proposal is to include a Management Plan. The Plan should be simple, easy to read and clearly describes contractor responsibilities, any proposed subcontracting arrangements and communication and coordination plans with the Government. Price: The price proposal shall include the following: Fully burdened on-site hourly rates for proposed labor category for the period of performance. Proposals may be submitted on company letterhead stationary and must include the required information: Fully burdened on-site hourly rates for the proposed labor category for the period of performance. Department of Labor Wage Determination No: 2005-2563 is incorporated into this solicitation. All proposals are due no later than September 5th, 2008. All proposals are due no later than 2:00pm, local Seattle, Washington time, September 5th, 2008. All proposals to be e-mailed to Ms. Deborah Cefaratti at Deborah.S.Cefaratti@uscg.mil. No faxes will be accepted. I. Evaluation Factors: The Government intends to make a single award to the responsive and responsible firm whose quote is most advantageous to the Government, price and non-price related factors considered. It should be noted that the award may be made to other than the lowest priced quote if the Government determines that a price premium is warranted due to technical merit. The Government may also award to other then the highest technically rated quotation, if the Government determines that a price premium is not warranted. Quoters are therefore cautioned that each initial quote should contain the quoters best terms. The technical and management plan shall identify the organization structure, staffing, operating procedures, and employee benefits of the firm. The plan shall include an entry and exit transition plan. The plan shall also include the technical approach to successfully provide these services ensuring no lapse in service. The plan should be simple, easy to read and clearly describes contractor responsibilities, any proposed subcontracting arrangements and communication and coordination plans with the Government. Past Performance: The quoter shall identify three (3) contract/orders that demonstrate recent and relevant past performance. Recent is defined as within the last three (3) years. Relevant is defined as work similar in complexity and magnitude to the work identified in the SOW. Please include the following information: a) Project Title; b) Description of the Project; c) Contract/Task Order Number; d) Contract/Task Order Amount; e) Government/Agency Organization; f) POC Name, Address, phone number and email address; g) Current status of order, e.g. completed and/or in progress, start and estimated completion dates; h) a brief narrative of why your firm believes this reference is relevant to the proposed task. Price: The Price quote shall include the following: Fully burdened on-site hourly rates for the individual in the proposed labor category for the base period of 6 months and for each option period. Department of Labor Wage Determination No.2005-2563 is incorporated into this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63f17c7c864019c594f19981ac3d7fb3&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Delete 6 month option to solicitation (SF30.pdf)
Link: https://www.fbo.gov//utils/view?id=4db4c7d720c4be98fe9d6ff2de65a6cc
Bytes: 156.25 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1519 Alaskan Way South, Seattle, Washington, 98134, United States
Zip Code: 98134
 
Record
SN01636513-W 20080813/080811225010-63f17c7c864019c594f19981ac3d7fb3 (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.