The RFP Database
New business relationships start here

Engineering Services in Support of FRC Hull Monitoring System


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program

It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.


Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).


Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer.


Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.
The Ombudsman Hotline telephone number is 202.372.3695


 


United States Coast Guard Combined Synopsis/Solicitation



1. The United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC), intends on awarding a Firm-Fixed Price contract for the development, installation, and support of a prototype Hull Structure Monitoring (HSM) System for the U.S. Coast Guard Fast Response Cutter (FRC), to monitor fatigue budget and maximum load limits for fleet maintenance and operational decisions. The solicitation and award will be conducted in accordance with the procedures set forth in FAR Part 13.5. The contract is for a 12-month base year with three (3) option years. This RFQ is NOT set aside for Small Business; therefore, all responsible sources may submit a quotation which shall be considered by the agency. The applicable North American Industry Classification Standard Code (NAICS) is 541330.


(1)    Action Code - 70Z04018Q61049B00


(2)    Date - September 4, 2018


(3) Year - 2018


(4)    Contracting Office Zip Code - 21226


(5)    Classification Code - H220, Equipment and Materials Testing Services/Ship and Marine Equipment


(6)    Contracting Office Address - 2401 Hawkins Point Road, Baltimore, MD 21226-5000


(7)    Subject -Engineering Services in Support of FRC Hull Structure Monitoring System.


(8)    Proposed Solicitation Number - 70Z04018Q61049B00


(9)    Closing Response Date - September 13, 2018, 2pm Eastern Standard Time


(10)    Contact Point - Carol Dreszer


(11)    Contract Award and Solicitation Number. -To be determined


(12)    Contract Award Dollar Amount - To be determined


(13)    Contract Line Item Number - 0001 to 0005


(14)    Contract Award Date - To be determined


(15)    Contractor - To be determined


(16)    Description - The objectives of this effort include development, installation, and support of a prototype Hull Structure Monitoring (HSM) System for the U.S. Coast Guard Fast Response Cutter (FRC), to monitor fatigue budget and maximum load limits for fleet maintenance and operational decisions. Base Year with three (3) Option Years.


This is a combined synopsis/solicitation for commercial items/services prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Solicitation number is 70Z04018Q61049B00. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-100 dated August 22, 2018 and as supplemented with additional information included in this notice.


(i)    Contract line items. See Enclosure II


(ii)    The contractor shall accomplish all work as identified in Enclosure I, Statement of Work (SOW).


(iii)    Period of performance is from date of contract award for one-year period of performance with three (3) option year periods, if exercised.


(iv)    The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and the following addenda apply:


Submission: Quotations shall be submitted electronically to carol.l.dreszer@uscg.mil.


All submissions shall reference 70Z04018Q61049. Along with quotation submission, offerors shall provide a valid DUNS, be registered with the System for Award Management (SAM) at. www.sam.gov.


Quotations shall be submitted on company letterhead. Quotations should be prepared in such a manner as to enable personnel with general training to make a thorough evaluation and arrive at a sound determination as to whether or not the quotation will satisfy the requirements of the government. In order to provide all necessary information for a comprehensive evaluation, all quotations must be complete, self-sufficient and respond directly to the requirements of the solicitation. Non cost/price is limited to 20 single-sided pages.


The following shall be submitted with offeror's quotation:


a.    VOLUME I - TECHNICAL CAPABILITY - Technical capability demonstrates a degree of understanding, soundness, reasonableness, completeness, detail, and clarity in the technical approach that will meet the technical requirements of the SOW.


SUB-FACTOR 1: Technical Approach - The offeror shall document their technical approach to include how they will complete the tasking identified in the SOW. The offeror shall provide sufficient detail to demonstrate a thorough understanding of the requirements. Offeror shall provide a description of corporate experience in developing hull structure monitoring systems. A reiteration of the SOW requirements will not be acceptable.


SUB-FACTOR 2: Technical Experience - Offerors shall submit resumes of employees providing the installation including resumes for any subcontractors to be used during performance. These resumes shall document the qualifications, experience, knowledge, and adequacy of the proposed staff.


SUB-FACTOR 3: Management Approach - The offeror shall document their management approach to accomplish the tasks identified in the SOW to include details of how the offeror will ensure cost, schedule, and quality objectives are met. A program manager shall be identified in the proposal who will be the primary contact throughout the project and provide the deliverable data analysis reports to meet the installation and deliverable requirements in the SOW.


SUB-FACTOR 4: Teaming Arrangements - The offeror shall submit a plan, if applicable, identifying all potential teaming arrangements. Each plan shall include the following:


(i)    Complete name, address, DUNS number of all teaming partners
(ii)    Percent of work to be performed by teaming partner
(iii)    Specific work to be performed by teaming partner



b.    VOLUME II - PAST PERFORMANCE -Offerors shall furnish the information listed below for three (3) contracts that are ongoing or have been completed within the last three (3) years that are relevant to this requirement (i.e., the same or similar requirement) and are held with government (federal, state, local), private or commercial entities. Note: The Government may use past performance information obtained from any source to evaluate past performance. All information obtained will be used to determine the offeror's ability to perform the contract successfully.


Name of Company/Organization:    
Contract Number:    
Contract Type/Amount:    
Period of Performance:    
Description of Supply or Service:    
First Point of Contact (Name):    
Phone Number:    
E-Mail Address:    
Second Point of Contact (Name):    
Phone Number:    
E-Mail Address:


Offerors that do not have three (3) relevant past performance references shall instead submit a statement indicating as such. An offeror without a record of relevant past performance or for whom information on past performance is not available, shall receive a Neutral rating.


c.    VOLUME III - PRICE - Offeror's price shall represent the best price in response to the Request for Quotation (RFQ). The price shall be evaluated to determine fairness and reasonableness. Offerors are required to provide prices for all items/CLINs. All prices on CLINS (Enclosure II) shall be a firm-fixed price and shall indicate FOB Destination as referenced in FAR 52.247-34 (NOV 1991). Travel CLINS shall be estimated and a breakdown of the estimate submitted in this volume. The total of all CLINS shall be added together to arrive at an aggregate total. Offeror(s) shall submit their price on the attached "Schedule for Supplies/Services" included as an attachment to this combined synopsis/solicitation.


The evaluated price will be ascertained by adding together the total price of all CLINs, including option year CLINs,.


Award shall be made to the lowest priced technically acceptable quotation.


The Government intends award without discussions unless the Contracting Officer determines that discussions are necessary.


(v)    The provision at 52.212-2, Evaluation-Commercial Items is applicable to this solicitation.


(a)    The Government will award a fixed-price contract, consisting of one (1) 12-month base period with three (3) 12-month option years, if exercised, as a result of this solicitation. Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered.


(b)    The following factors shall be used to evaluate offers:


(i) Technical
(ii) Past performance
(iii) Price


 


TECHNICAL EVALUATION


(i)    The technical criteria will assess the offeror's demonstrated knowledge, understanding, and technical ability to meet the requirements of the Statement of Work. The offeror must demonstrate its proficiency in the requirements listed in accordance with the RFQ and SOW.


Sub Factor 1: Technical approach. In order to be determined technically acceptable the offeror's technical approach must document their approach to include how they will complete the tasking identified in the SOW. The offeror must provide sufficient detail to demonstrate a thorough understanding of the requirements. Offeror must provide a description of corporate experience in developing hull structure monitoring systems. A reiteration of the SOW requirements will not be acceptable.


Sub Factor 2: Technical experience. In order to be determined technically acceptable, the offeror must submit resumes of employees providing the installation including resumes for any subcontractors to be used during performance. These resumes must document the qualifications, experience, knowledge, and adequacy of the proposed staff.


Sub Factor 3: Management approach. In order to be determined technically acceptable, the offeror must document their management approach to accomplish the tasks identified in the SOW to include details of how the offeror will ensure cost, schedule and quality objectives are met. A program manager must be identified in the proposal who will be the primary contact throughout the project.


Sub Factor 4: Teaming arrangements. In order to be determined technically acceptable, offerors must submit a plan, if applicable, identifying all potential teaming arrangements. Each plan shall include the following:


(i)    Complete name and address of all teaming partners
(ii)    Percent of work to be performed by teaming partner
(iii)    Specific work to be performed by teaming partner


(ii)    Factor 2: PAST PERFORMANCE: Past performance will be evaluated to ascertain the offerors capabilities to complete all requirements of the SOW on schedule and within stated costs. In evaluating an offeror's past performance, the government intends to review USCG Contractor Performance Assessment Reports (CPARS), and other existing past performance ratings on relevant contracts. Only relevant sources will be considered.


References other than those provided by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation.


Offerors that have less than three (3) recent, relevant past performance references are required to submit a statement to that effect. Offers without a record of relevant past performance, or for whom information or past performance is not available, shall receive a Neutral Rating.


(iii)    Factor 3: PRICE
The evaluated price will be ascertained by adding together the total cost of all CLINs, including option year CLINs. Price will be evaluated to determine price reasonableness.


(x)    Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer.


An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.


(xi)    The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition, to include the following addenda:


FAR 52.233-2 Service of Protest (Sept 2006)


(a)    Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Kelly A. Wyatt.
Email address: kelly.a.wyatt@uscg.mil


Address: U.S. Coast Guard
Surface Forces Logistics Center CPD-3 SSD
2401 Hawkins Point Road
Baltimore, MD 21226


(b)    The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of provision)


RESPONSIBLE OFFICIAL(S) WHO CAN RECEIVE NOTIFICATION OF AN IMPROPER INVOICE AND ANSWER QUESTIONS REGARDING THE INVOICE


For use in the event your firm receives a purchase order as a result of this solicitation, designate below the responsible official(s) who can receive notification of an improper invoice and answer questions regarding the invoice.


Name:          ________________________


Title:          ________________________


Address:         ________________________


Telephone Number: ________________________


Email Address: ________________________


Unauthorized Instructions from Government Personnel


(a)    The Contractor shall not accept any instructions issued by any person employed by the U.S. Government or otherwise other than the Contracting Officer or the Contracting Officer's Representative acting within the limits of their authority. A Contracting Officer's Representative shall be designated in writing to the Contractor and shall set forth the scope of their authority.


(b)    No information, other than that which may be contained in an authorized amendment to this purchase instrument duly issued by the Contracting Officer, which may be received from any person employed by the Government or otherwise will be considered as grounds for deviation from any stipulations of the purchase instruments.


Government Representatives


(a)    The Government may, upon contract award or thereafter, name representatives with titles such as Project Officer, Contracting Officer's Representative(s), and so on. Such individuals, IF APPOINTED, will be named in writing by the Contracting Officer. The letter of appointment will indicate the individuals, titles, and stipulate the rights, responsibilities, and limitations of their appointment.


(b)    In any event, no such named individual has the authority to issue any direction under this contract, either technical or otherwise, which constitutes a change to the terms, conditions, and price or delivery schedule of the contract. ONLY the Contracting Officer is authorized to alter the contract in any manner.



(xii)    The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2018) applies to this acquisition. The following clauses contained within FAR 52.212-5 apply to this procurement:


52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402)
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards (Oct 2016)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2))
52.222-3, Convict Labor (Jun 2003)(E.O. 11755)
52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2018)
52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015)
52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-37, Employment Reports on Veterans (Feb 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)(E.O. 13496)
52.222-50, Combating Trafficking in Persons (Mar 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)
52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013)(31 U.S.C. 3332).
52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
This solicitation may incorporate one or more provisions and clauses by reference with the same force and effect as if they were given in full text. The full text of a provision or clause may be accessed electronically at the following link: http://farsite.hill.af.mil/vffara.htm.


FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEPT 2013) (DHS-USCG DEVIATION 14-01)


(a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the enhancement of whistleblower protections for Contractor employees established at 10 U.S.C. 2409 by section 827 of the NDAA for FY 2013 (Pub. L. 112-239) and FAR 3.908.


(b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 10 U.S.C. 2409, as described in section 3.908 of the FAR.


(c) The Contractor shall insert the substance of this clause, including paragraph (c), in all subcontracts over the simplified acquisition threshold.


FAR 52.252-6, Authorized Deviations in Clauses (APR 1984)


(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.


(b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR 30) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013)


The following full text Clauses/Provisions are included and applicable to this acquisition:
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015)
(a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10).
(b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.
(c) Representation. The offeror represents that-
(1) It [ ] is, [ ] is not an inverted domestic corporation; and
(2) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation


HSAR 3052.212-70, Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sept 2012)


The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:


HSAR 3052.205-70, Advertisement, Publicizing, Awards, and Releases (Sep 2012)
HSAR 3052.242-72, Contracting Officer's Technical Representative (Dec 2003)
HSAR 3052.247-72, F.o.B. Destination Only (Dec 2003)


Additional Contact Requirements
Required Standard of Workmanship
Unless otherwise specifically provided in this contract, the quality of all supplies and services rendered hereunder shall conform to the highest standards in the relevant profession, trade, or field of endeavor. All supplies and services shall be rendered or supervised directly by individuals fully qualified in the relevant profession, trade, or field, and holding any licenses required by law.


CONTRACTOR PERFORMANCE ASSESSMENT REPORT (CPAR)


(a)    GENERAL: The USCG SFLC will monitor and evaluate the successful offeror's past performance of this contract and prepare a Contractor Performance Assessment Report (CPAR) in accordance with FAR Part 42.15. All information contained in this assessment may be used, within the limitations of FAR 42.15, by the government for future source selections and in accordance with FAR 15.304, when past performance is an evaluation factor for award.


(b)    NOTIFICATION: Upon completion of the contract, the contractor will be notified of the assessment. The contractor will be allowed 60 days to respond to the SLFC's assessment of its performance entered into CPARS. The contractor's response, if any, will be made part of the CPAR system.


(c)    INFORMATION: Information included in the CPAR may include, but is not limited to, the contractor's record of conforming to contract requirements and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the contractor's adherence to contract schedules, including the administrative aspects of performance; the contractor's history of reasonable and cooperative behavior and commitment to customer satisfaction; the contractor's record of integrity and business ethics, and generally, the contractor's business-like concern for the interest of the customer.


(d)    RELEASE OF DATA: CPARS information is considered business sensitive and will not be released except: (1) to other Federal procurement activities which request it; (2) when SFLC must release pursuant to a Freedom of Information Act (FOIA) request; or (3) when prior written consent is requested and obtained from the contractor.


(xiii)    Any offers in response to this combined synopsis/solicitation are due no later than 11:00 AM. Eastern Time on, September 21, 2017. Quotations shall be emailed to carol.l.dreszer@uscg.mil


(xiv)    For information regarding this combined synopsis/solicitation, contact the individual below: Carol Dreszer
Contract Specialist, Phone: 410-762-6492.
Email: carol.l.dreszer@uscg.mil



Attachments:
Enclosure I - Statement of Work (SOW) entitled "Engineering Services in Support of FRC Hull Structure Monitoring System"
Enclosure II - Schedule of Supplies and Services".


Carol L Dreszer, Contract Specialist, Phone 410-762-6492, Email Carol.L.Dreszer@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP