SOURCES SOUGHT
99 -- Acquisition Logistics Support Services for the USCG Asset Project Office
- Notice Date
- 1/22/2020 12:27:06 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02320SAPOALSS
- Response Due
- 2/5/2020 9:00:00 AM
- Archive Date
- 02/20/2020
- Point of Contact
- Nichol Fitzpatrick, Phone: 4105907009
- E-Mail Address
-
nichol.a.fitzpatrick@uscg.mil
(nichol.a.fitzpatrick@uscg.mil)
- Description
- SCOPE: The United States Coast Guard (USCG) is requesting information from vendors interested in providing integrated logistics support (ILS) services to assist the Asset Project Office (APO) in meeting development, integration sustainment transition goals for the CG-932, Program Executive Office for Surface Acquisition. The Contractor shall develop overarching integrated logistics planning, supply support, maintenance, packaging, handling, storage and transportation (PHS&T), support equipment, and programmatic ILS planning assistance. The contract may include options to execute level of repair analyses (LORAs) to determine subsystem and equipment support planning. The contractor shall assist in the review of shipbuilder ILS submittals, such as Provisioning Technical Data (PTD), Engineering Data for Provisioning (EDFP), Reliability Centered Maintenance (RCM) analyses, and PHS&T documentation, to ensure contractual compliance. The contractor shall also provide ancillary support services to facilitate the development of ILS, such as procurement support, process analyses, and implementation of Coast Guard workstation software tools to track and report APO performance metrics. The primary place of performance will initially be onsite at the USCG APO located at 711 E. Ordnance Road, Baltimore, MD 21226 for the first six (6) to nine (9) months then transition to an offsite contractor owned/leased facility within a 15 mile radius of the APO to accommodate the increase in personnel that will be required to support the contract task orders. DISCLAIMER: This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This RFI does not commit the Government to contract for any supply or service whatsoever.� Further, the USCG is not at this time seeking proposals, and will not accept unsolicited proposals.� Respondents are advised that the United States Government will not pay for any information or administrative cost incurred in response to this RFI will be solely at the responding party�s expense.� Please be advised that all submissions are voluntary and become Government Property and will not be returned.� Not responding to this RFI does not preclude participation in any future RFP if issued.� In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. This is a market research tool being used to determine potential and eligible firms that are capable of providing the services described herein and attached.� The planned NAICS for this requirement is 541611 with a size standard of $15.0M.� CONTRACTUAL REQUIREMENTS: This requirement is anticipated to be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract or Blanket Purchase Agreement (BPA) and allow for both Firm-Fixed Price (FFP) and Labor Hour (LH) Task Orders/BPA Calls to be issued. The period of performance (POP) is expected to be a 12 month base period and six (6) 12 month option periods (pending Head of Contracting Activity approval.)� The POP is anticipated to start in September/October 2020. SUBMITTAL INFORMATION: It is requested that interested Small Businesses submit a brief response (no more than 6 pages in length, single-spaced, 12-point font minimum) to the Contracting Officer (KO) demonstrating their interest in performing the services referred to in the attached draft Statement of Work (SOW). Each response must include the following: 1)� Company Name; Company Address; Company Business Size; CAGE code and Point-of-Contact (POC) name, phone number, and e-mail address. 2)� Company profile to include number of employees, office location(s), DUNS number, and a statement regarding current small business and socio-economic status; 3)� Any active contract vehicles awarded to your firm whose scope this requirement would fall under. Please include only those contracts the USCG would be authorized to order against. Include contract number, awarding Agency, and period of performance;�� 4)� Comments and suggested changes to the attached draft SOW; 5)� A rough price estimate for completing the work contained within the SOW; 6)� Information that clearly describes the company�s ability to meet the requirements of the attached draft SOW inclusive of the company�s ability to obtain personnel that meet the labor qualifications included in the SOW requirements. Included in this information should be any prior/current corporate experience performing efforts of similar size and scope within the last five years. 7)� Given that the labor pool for the skill sets is very shallow and labor rates are fixed in this area, how can your company distinguish itself in the proposal evaluation process as a superior provider of these services? 8)� The company�s ability to begin performance upon contract award at the specified location and its ability to secure office space within 15 miles of the APO;� 9)� A description of the business tools and processes the company uses to assess, develop, and manage ILS data and products; 10)� Any other information the company feels is pertinent to this RFI. The capability statement package shall be sent by e-mail to the Contracting Officer (KO) Nichol Fitzpatrick (Nichol.A.Fitzpatrick@uscg.mil) no later than 12:00 PM EST on 5 Feburary 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/980106ce85564c3ab87c7ca437ab92df/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05541022-F 20200124/200122230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |