MODIFICATION
B -- Capabilities Related Documents and Studies (CG-7) - Amendment 3
- Notice Date
- 5/10/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- 70Z02318RMDW00100
- Point of Contact
- Candice Burch Rininger, Phone: 202-475-5897, Jackson McClam, Phone: 202-475-3410
- E-Mail Address
-
candice.rininger@uscg.mil, Jackson.McClam@uscg.mil
(candice.rininger@uscg.mil, Jackson.McClam@uscg.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Amendment 0004 *This is the formal solicitation (70Z02318RMDW00100) for the pre-solicitation synopsis (HSCG23-17-R-MDW001) posted on 29 November 2016.* The United States Coast Guard (USCG) Office of Requirements and Analysis (CG-771) coordinates the assessment, analysis, and identification of Authorities, Capabilities, Competencies, and Partnerships necessary to meet Coast Guard mission (functional) requirements. The office oversees the development and management of a standardized, defendable, and repeatable process to generate and maintain Coast Guard capability (operational) requirements in support of follow-on Acquisition Directorate (CG-9) activities. CG-771 also develops and maintains modeling and simulation tools and conducts robust analysis of the Coast Guard System to improve the performance of all Coast Guard missions. CG-771 has a requirement to develop capabilities related documents and to conduct capabilities related studies. CG-771's Requirements Officers (RO) team with and assist sponsoring offices with their development of Capability Analysis Reports (CAR), Mission Needs Statements (MNS), Concepts of Operations (CONOPS), Operational Requirements Documents (ORD), and Operational Policy Developments (OPD). This requirement includes program management and technical support services to assist CG-771's ROs and Action Officers (AOs) with capabilities related documents and capabilities related studies. This solicitation is a set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) in the NAICS code 541611 with a small business size standard of $15 million in average annual receipts. The USCG anticipates issuing a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract that includes a base ordering period of one-year with four one-year ordering periods. In order to provide any necessary clarification to this RFP, questions shall be submitted to the USCG via email to the attention of Jackson McClam, Contracting Officer (Jackson.McClam@uscg.mil) and Candice Rininger, Contract Specialist (Candice.Rininger@uscg.mil). The subject line of the email shall be "70Z02318RMDW00100 Questions." Each question shall include the referenced document name, specific page, paragraph, and/or clause requiring clarification. Questions shall be submitted no later than 4:00 PM ET on 06 April 2018. The Government may determine it necessary to amend the RFP. All such amendments will be made available to all prospective Offerors at the Federal Business Opportunity website. Offerors shall submit their Phase 1 proposals no later than 4:00 PM ET on 25 July 2018. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-04-03 16:03:17">Apr 03, 2018 4:03 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-05-10 14:42:26">May 10, 2018 2:42 pm Track Changes The purpose of amendment 0001 is to incorporate changes to RFP 70Z02318RMDW00100. All changes from the base solicitation in Sections L and M are highlighted. The purpose of amendment 0002 is to revise the proposal due date from 4:00 PM EST on 30 April 2018 to 4:00 PM EST on 14 May 2018. The purpose of amendment 0003 is to revise the proposal due date from 4:00 PM EST on 14 May 2018 to 4:00 PM EST on 25 May 2018. Responses to RFP questions will be provided at a later date. The purpose of amendment 0004 is to revise the proposal due date from 4:00 PM EST on 25 May 2018 to 4:00 PM EST on 25 July 2018. The Government is diligently answering all questions submitted about the solicitation. The Government anticipates on providing a revised solicitation (mainly updates to Sections C, L & M), an updated Attachment J-1 Labor Categories/Descriptions, and Attachment J-4 Pricing Worksheet within the next two weeks. Offerors will be given another opportunity to submit questions after the Q&A document has been posted. Past Performance Questionnaires (PPQs) will be due in Phase 2 and are not required to be submitted at this time. Any PPQs previously received will be retained as part of your proposal submission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z02318RMDW00100/listing.html)
- Place of Performance
- Address: 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN04917801-W 20180512/180510230521-ab8fc3ca3bd2cc9bb249e2c39a60b5b0 (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 |