Sexual Assault Prevention, Response, and Recovery Support
Please see the attachment to this notice for the solicitation letter, the performance work statement, and the clauses. FEDERAL BUSINESS OPPROTUNITIES - REQUEST FOR QUOTES DATE: 08/19/2019 (i) FAR Type... Please see the attachment to this notice for the solicitation letter, the performance work statement, and the clauses. FEDERAL BUSINESS OPPROTUNITIES - REQUEST FOR QUOTES DATE: 08/19/2019 (i) FAR Type Overview: 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. This is a Firm Fixed Price requirement. This is a simplified acquisition, defined as being less than $250,000.00 in anticipated awarded value. (ii) RFQ Number: This is Request for Quotes (RFQ) 70Z02319QPZT00700. (iii) FACFAC: This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2019-05. (iv) NAICS: The principal nature of the requirements described in this solicitation is consistent with services performed by industries in NAICS 541611, Administrative and Management Services. (v) Competition: This is a full and open competition without any set asides for small business considerations. (vi) Scope / Purpose of Requirements: The purpose of this requirement is to obtain Contractor-provided program management and analytical support services for the U.S. Coast Guard (USCG), Deputy Commandant for Mission Support (DCMS), and Assistant Commandant for Human Resources (CG-1), Office of Work-Life (CG-111), Sexual Assault Prevention, Response, and Recovery (SAPRR) Program Office (CG-1111). The Contractor shall provide management services to assist USCG in initiating, planning, executing, and closing out programs and projects within the scope of SAPRR Program Office roles and responsibilities. Services required shall include: support during an entire project lifecycle; (planning, initiation, execution, integration, close-out); project management, planning and scheduling; coordination of communications; facilitation; reporting and documentation support; supporting policy and business process development; providing administrative executive support; supporting operational analysis, and collection and analysis of the human resource assets. The USCG is look for one full time Contractor employee to perform this work. CLIN Synopsis: The following is a list of contract line item numbers, quantities and units of measure: CLIN #: 00001 CLIN Description: Sexual Assault Prevention, Response, and Recovery (SAPRR) Program Office support in accordance with the Performance Work Statement QTY: 12 Unit of Mission: Monthly Monthly (Unit) Price: tiny_mce_marker___.__ Yearly (Extended) Price: tiny_mce_marker___.__ This contracting action does not have any option periods on it. This work is for 12 months only. The period of performance shall be the date of award though 12 months. (vii) Work Location: USCG Headquarters 2703 Martin Luther King Jr. Ave, SE Washington, DC. 20593 (viii) SAM: 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) Quote Deadline: Please submit your quote in full via email to the attention of the Contracting Officer, James.R.Robinson@uscg.mil, on or before 01:00 p.m. ET, on 08/26/2019. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. When responding, please include the title "70Z02319QPZT00700" in the subject line of the email. (x) Questions Deadline: Offerors are encouraged to submit questions or concerns regarding any aspect of this RFQ by the requested date below to allow adequate time to research and prepare responses. Questions or concerns must be forwarded to the Contracting Officer, James.R.Robinson@uscg.mil, via email by 01:00 p.m. ET, on 08/21/2019 so the questions can be addressed prior to the submission of the Offeror's quote. The Government cannot guarantee the questions or concerns received after the cut-off date will be answered or addressed before quotes are due. Identification of which companies asked which questions shall not be released but the questions may be released in full. (xi) Basis for Award: This is a best value trade-off solicitation. (xii) Evaluation Methodology: In accordance with FAR Part 13.106-2(b)(3) the USCG shall not establish a formal evaluation plan or scoring method and quotes may be evaluated comparatively against one another, not just against the standards established in this solicitation. Also in accordance with FAR Part 13.106-1(a)(2), the relative importance assigned to each factor is not required. The evaluation factors shall not be weighted and the USCG reserves broad discretion in evaluating the quotes; detailed technical evaluations with adjectival ratings shall not be used. The Government intends to evaluate quotes and award a single contract without clarifications with Offerors, if possible. Therefore, each initial offer shall contain the Offeror's best terms from a technical and price standpoint. However, the Government does reserve the right to conduct clarifications if it is determined necessary by the Contracting Officer. The Government reserves the rights to conduct clarifications with one, some, or all Offerors if the Government determines this to be in the best interest of streamlining this procurement. The Government may reject any or all offers if such action is in the public interest; accept other than lowest offer; and waive informalities and minor irregularities (including minor pricing irregularities) in offers received. (xiii) Quote Contents and Evaluation Criteria: Your quotes shall contain the following: 1. Capability Statement and Resume - Your quote shall contain your company's capability statement and the resume of the full time employee you are quoting. Your capability statement shall be detailed enough for the Coast Guard to obtain a thorough understanding of your company's ability to perform the work. The resume must contain enough information for the USCG to evaluate the experience and capability of the individual being quoted; 2. Corporate Experience - A list of previous customers, especially including any military organizations, and points of contact (past performance); and, 3. Price, broken down to a labor-hour and labor-category level of detail Your quotes shall be evaluated as follows: 1. The capability statement and resume shall be evaluated for the breadth and depth of experience in your company's ability, the full-time employee's ability, in performing this work in the past. 2. Your corporate experience shall be evaluated to understand how successfully your business has performed this work in the past. 3. The price shall be evaluated for fairness and reasonability. The Government reserves the right to award to the highest priced or the lowest priced offer, depending on what it feels the best value is. While this is a best value competition, the USCG will put an emphasis on price for this competition and prices should be kept as low as possible. (xiv) Quote Format: Quotes may be submitted in any format that your company feels is reasonable. However, your quote must be clearly delineated between the three factors above. The data in your quote should be compatible with Microsoft Office Suite 2007 and/or Adobe Acrobat. Due to the Coast Guard email limitations, quotes shall not be more than 5 megabytes in total. Compressed zipped files will not be accepted. When responding, please include the title "70Z02319QPZT00700" in the subject line of the email. (xv) Responsibility Determination: In order to be considered acceptable, your company must be listed in the System for Award Management (www.sam.gov). Those who provide quotes but are not listed in the System for Award Management shall be considered technically unacceptable and not eligible for award. Please provide your DUNS number in your quote so the Government can confirm your entry in the System for Award Management (as well as other systems [if used, as this shall be optional by the discretion of the Government] such as CPARS to check responsibility). If your company cannot be determined to be responsible then you may not be eligible for award. (xvi) Other Information: In accordance with FAR Part 13.106-3(c) and FAR Part 16.505, unsuccessful offeror notices shall not be sent out as a result of this modification unless they are specifically requested in the email that contains your quote at the time that your quote is submitted. If you do request a notice, it shall be brief and may be in the form of an email only. Debriefings will not be provided. Brief explanations of award may be provided solely at the discretion of the Contracting Officer but are not guaranteed, especially if you did not request a notice of unsuccessful award. Finally, this RFQ shall not be considered direction to proceed with the subject effort, nor is a promise of future direction to proceed. Submission of a quote in response to this RFQ denotes that the Offeror understands and accepts all of the conditions of this solicitation contained herein. Offerors are solely responsible for any perceived or incurred quote development and submission costs. This includes situations even where the solicitation is canceled entirely. ATTACHMENTS: 1. Signed Solicitation Letter 2. Performance Work Statement 3. Clauses and Provisions
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »