MODIFICATION
T -- 2010 Global Maritime Information Sharing Symposium (GMISS) - Statement of Work
- Notice Date
- 7/12/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting 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, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG8-10-Q-MMD096
- Archive Date
- 8/3/2010
- Point of Contact
- Mary E. Price, Phone: 2023724068
- E-Mail Address
-
mary.e.price@uscg.mil
(mary.e.price@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work DESCRIPTION: The U.S. Coast Guard intends to procure contract support for the development of GMISS 2010 Summary Repor as follows: Description of Supplies/Services - Required services: a. Electronic Discussion - Facilitate and collaborate an electronic discussion via (conference call, email, or blog) regarding last years' (2009) Global Maritime Information Sharing Symposium (GMISS) working groups. b. Tailor Agenda- Refine and tailor the information obtained from the four (4) working groups above to a format which allows synthesis into the GMISS 2010 symposium agenda. c. Core Message - Coordination with NMCO Deputy Director and staff to develop GMISS core message. Dissemination of core messaging to NMCO website, the NMCO Wiki, or any other social media determined to reach as broad an audience as possible. d. Core Brief - Developing and maintaining NMCO's core organizational brief, and briefing materials for GMISS to be assimilated into the conference welcome package for all attendees as a read ahead. e. Strategic Communications- Design, plan, execute, evaluate and report strategic communication plan for Symposium promotion. f. Pre-Conference Material- Design, edit, maintain, implement and update pre-conference read ahead material for attendees. g. Ensure Private Sector Participation- Public participation planning for GMISS to ensure comprehensive and inclusive input by industry representatives on key MDA issues. h. Conference Summary Report- Compile, edit, format of a GMISS 2010 summary report outlining the conference as well as a way ahead. Provide one hard copy and one electronic copy of approved GMISS 2010 summary report. 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 an Unrestricted basis. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). SCOPE: PLEASE SEE ATTACHED STATEMENT OF WORK HOW TO RESPOND : In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 12:00 PM, ET, JULY 19, 2010. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) 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". Offerors must submit an original and one copy of the proposal to PO MARY PRICE, USCG Headquarters Support Command, SILC DETACHMENT WASHINGTON, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to MARY.E.PRICE@USCG.MIL are acceptable, but must be timely. Proposal Evaluation Criteria : (1) Price and price-related factors. (2) Technical approach. (3) Past performance. 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 (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.232-18 Subject to the Availability of Funds. 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, 19 JULY 2010. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-10-Q-MMD096/listing.html)
- Place of Performance
- Address: 2100 2ND STREET SW, WASHINGTON, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN02203002-W 20100714/100712235050-7efa6a7fd2e86af619323c1ec0a01a4f (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 |