SOLICITATION NOTICE
B -- "What is Orange?" Colorimetry Testing and Analysis - 70Z02318QMSR04100 - Attachment 2 - Clauses - 70Z02318QMSR04100 - Attachment 1 - Statement of Work - 70Z02318QMSR04100 - Solicitation
- Notice Date
- 7/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- 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
- 70Z02318QMSR04100
- Archive Date
- 8/11/2018
- Point of Contact
- James Robinson,
- E-Mail Address
-
James.R.Robinson@uscg.mil
(James.R.Robinson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 70Z02318QMSR04100 - Solicitation 70Z02318QMSR04100 - Attachment 1 - Statement of Work 70Z02318QMSR04100 - Attachment 2 - Clauses FEDERAL BUSINESS OPPROTUNITIES REQUEST FOR QUOTES DATE: 07/30/2018 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12 / 13, 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. (ii) This is Request for Proposals (RFP) 70Z02318QMSR04100. (iii) This RFP incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2005-99. (iv) This a full and open competition under North American Industry Classification System (NAICS) code 541380, Testing Laboratories. (v) The following is a list of contract line item numbers, quantities and units of measure (this list includes all options): CLIN 00001: Base Period Period of Performance: Date of award through 6 months CLIN Description: Colorimetry and Reporting Services in Accordance with the attached Statement of Work Unit of Issue: Monthly Quantity: 6 (vi) The United States Coast Guard (USCG) is soliciting proposals to define the various colors which have been deemed acceptable for use in lifesaving appliances in terms of CIE coordinates, and to determine the alignment of current practice with the ‘orange' defined by Tables 3 and 4 of ISO Standard 12402-7. Contractor support is needed to plot the various samples in CIE coordinates, define a polygon that encompasses the samples, and identify the alignment or conflict with the ISO definition of ‘orange'. (vii) The primary place of performance will be at the Contractor's facility. (viii) All offerors must include a completed copy of the FAR Provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote; otherwise, the version current in SAM shall be utilized. (ix) Please submit your proposal in full via email to the attention of James R. Robinson at James.R.Robinson@uscg.mil, on or before 12:00 p.m. EST, on 08/10/2018. There will be no exceptions to the time and date on which responses are due, unless extended by the Contracting Officer via solicitation amendment. The data in your proposal should be compatible with Microsoft Office Suite 2016 and/or Adobe Acrobat. Due to the Coast Guard email limitations, proposals shall not be more than 5 megabytes in total. Compressed zipped files will not be accepted. When responding, please include the title "70Z02318RMSR04100" in the subject line of the email. (x) Any questions or concerns regarding any aspect of this RFP shall be forwarded to the Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil before 12:00 p.m. EST, on 08/03/2018, so that they can be addressed prior to the submission of Proposals. Answers to questions shall be provided to all applicable parties through an amendment to the solicitation. However, specific information as to which company asked which question shall not be provided. Several questions and answers documents may be performed this way depending on the number of questions received. Offerors are strongly encouraged to ask questions and convey their exceptions to the requirements during this time. The Government desires to alleviate concerns during the RFP phase so that no assumptions or exceptions will be present in any Proposals. (xi) Basis for Award: This is a lowest priced technically acceptable competition. The Government will select the lowest priced Offeror and evaluate that for technical acceptability. If it is found to be technically acceptable, no other offers will be evaluated. If the lowest-priced offer is found to be technically unacceptable, the Government will evaluate the second-lowest priced offer. Etc. In this way, it is possible that not all quotes submitted will be evaluated. The Government reserves the right not enter into clarifications sessions with the Offeror being evaluated. The USCG shall also examine Offerors for a determination of responsibility. This may be performed by utilizing the CPARS/PPIRS systems, and other reasonable methods of determining responsibility. Contractors who cannot be determined to be responsible may not be eligible for award. It is DHS policy that determination of a fair and reasonable price should be based on adequate price competition. However, in the event only one responsible Offeror is obtained as a result of this solicitation, that Offeror may be required to submit Data Other than Certified Cost or Pricing Data, if the Government asks for it. If Data Other than Certified Cost or Pricing Data is not provided, the Government reserves the right to not award to that Offeror. (xii) Proposal Contents: Your proposal shall be divided into two volumes, as follows: Volume 1 - Technical Volume Your technical volume shall consist of your capabilities statement to perform this work. Your statement must be detailed enough for the Government to establish the follows: A). That your company has at least three years of experience performing this work; B). That your company has at least one year of experience with ISO 12402-7:2006/Amd. 1:2011s; and, C). Your statement shall also include the resume of the lead technician and the resume of any other technician(s) used to establish capabilities experience performing this work. Volume 2 - Price Volume Your pricing volume shall include enough information for the Government to be able to break it down into individual price elements. There is no specific format that must be utilized, but your pricing quote shall contain enough information to be understood and analyzed at individual pricing element (for example, labor hours, labor categories, labor rates, etc). Your price, however, shall ultimately be full burdened and shall be firm fixed price. The price shall be broken down into one-month firm fixed price payments that encompass the full six month's period of performance. (xiii) Evaluation Methodology: Your proposal shall be evaluated on a lowest priced technically acceptable basis. Each volume shall be evaluated as follows: Volume 1 - Technical Volume Your technical volume shall be evaluated to see if it meets the minimum technically acceptable standards. The standards are: A). That your company has at least three years of experience performing this work; B). That your company has at least one year of experience with ISO 12402-7:2006/Amd. 1:2011s; and, C). The resume for the lead technician and any other technician(s) performing this work has at least three years combined experience. If your technical quote does not contained enough information is may be determined to be technically unacceptable. The USCG reserved wide and deep latitude to make this determination. Volume 2 - Price Volume Your pricing volume shall be evaluated for price reasonableness. If your pricing quote does not contained enough information is may be determined to be technically unacceptable. The USCG reserved wide and deep latitude to make this determination. (xiv) The USCG does not plan on sending out unsuccessful Offeror letters at this time for this procurement. If your company would like to be informed this information, please provide it in the body of the email in the text. Otherwise, the USCG does not plan on sending out unsuccessful Offeror letters. However, the USCG does plan on making an award notice on FBO. PLEASE SEE THE ATTACHED DOCUMENTS FOR: 1. Solicitation Signed by Contracting Officer 2. Statement of Work 3. Clauses and Provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z02318QMSR04100/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN05012278-W 20180801/180730230700-71d1a491069a3d4a9bee029a58c6d506 (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 |