MODIFICATION
D -- Technical Engineering Development and Support Services (TEDSS) for the United States Coast Guard's Command and Control Engineering Center - Amendment 14 - Amendment 16 - Amendment 13 - Amendment 18 - Amendment 12 - Amendment 15 - Amendment 19 - Amendment 17
- Notice Date
- 1/14/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG44-10-R-TEDSSA
- Archive Date
- 8/31/2010
- Point of Contact
- Cherish D Driver, Phone: 703-313-5382, Bruce D Eades, Phone: 703-313-5433
- E-Mail Address
-
cherish.d.driver@uscg.mil, bruce.d.eades@uscg.mil
(cherish.d.driver@uscg.mil, bruce.d.eades@uscg.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Attachment 5 - Past Performance Questionnaire Attachment 7 - TEDSSA Statement of Equivalency for Federal Hires Attachment 3 - TEDSSA CLIN Structure and Labor Category Descriptions Amendment Twelve - Superceding TEDSSA RFP Amendment Attachment 6 - TEDSSA DD Form 254 Attachment 1 - TEDSSA PWS Attachment 4 - TEDSSA Wage Determination 2005-2543 Attachment 2 - TEDSSA Pricing Spreadsheet This Amendment Twelve (12) completely supersedes and replaces all previous amendments for the United States Coast Guard's (USCG) Technical Engineering Development Support Services Solicitation HSCG44-10-R-TEDSSA for the USCG Command Control and Communication Engineering Center (C3CEN). This pro-curement is set-aside for 8(a) firms or 8(a) joint-ventures including those with ap-proved SBA Mentor, Protégé' Agreements that can provide technical engineering development services for C3CEN. Offerors are advised to read this solicitation in its entirety as several aspects have been changed/removed. Questions regarding this revised solicitation are due NLT 24 Jan 2011 to the Con-tract Specialist, Ms Linda Nash-Gallaher email linda.l,nash-gallaher@uscg.mil. It is anticipated that answers will be provided NLT 28 Jan 2011. A new closing date of 14 Feb 2011 is hereby established. Offerors are required to provide technical engineering development and support services required to develop, integrate, deploy, enhance and maintain new and existing USCG command, control, communications, computer, and information technology systems. These systems are deployed on Coast Guard vessels and aircraft, unmanned facilities (i.e. Navigation Systems) and command centers lo-cated throughout the United States and the world. C3CEN requires technical engi-neering support in the following five areas: (1) engineering development services necessary to build, implement and enhance command and control systems and communication systems; (2) systems requirements analysis necessary to derive requirements from the mission or business requirements provided by the Coast Guard; (3) integrated logistics support necessary to ensure C3CEN's products and systems are fielded in the highest quality in terms of reliability, availability, maintainability, testability and supportability to include the wide variety of command and control systems and communication systems that are presently deployed or scheduled to be deployed; (4) system lifecycle operations and maintenance support and training services required to support current and future command and control systems and communication systems; (5) INFOSEC and Certification and Accreditation services required to obtain specified certifications and (6) performance analysis support. This technical engineering support is necessary to provide the Coast Guard with integrated, responsive and cost-effective command and control systems and communication systems required to support the USCG's multiple mission objectives. Multiple Indefinite Delivery Indefinite Quantity (ID/IQ) contracts will be awarded under FAR Part 12. Task Orders issued under the ID/IQ contracts will be com-peted among successful contractors unless an exemption to fair competition ex-ists. The contemplated contracts will include one base period with four one-year ordering periods for an estimated total period of 60 months. It is anticipated that the majority of the task orders awarded under the ID/IQ con-tracts will be issued on a fixed price basis The following documents have been revised and are to be utilized for this re-quirement: 1) RFP Document 2) Attachment 1 - Performance Work Statement (PWS) 3) Attachment 2 - Pricing Spreadsheet 4) Attachment 3 - CLIN Structure 5) Attachment 4 - DOL Wage Determination 2005-2543 6) Attachment 5 - Past Performance Questionnaire 7) Attachment 6 - DD Form 254 8) Attachment 7 - Statement of Equivalent Rates for Federal Hires NOTE 1: If the Offerors labor categories are different than those reflected in At-tachments 1 and 2, Offerors must provide a "cross-walk" that clearly reflects labor category equivalencies. NOTE 2: Offerors shall not propose Travel and ODC amounts. The estimates as shown are for price evaluation purposes only and shall not be altered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG44-10-R-TEDSSA/listing.html)
- Place of Performance
- Address: United States Coast Guard Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN02360984-W 20110116/110114234445-9884a2c42f2fde88e15d17afcbebd151 (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 |