Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

U -- International Safety Management Course

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-05-Q-PBM005
 
Response Due
5/31/2005
 
Archive Date
12/31/2005
 
Description
This is a combined synopsis/solicitation to establish a single award BLANKET PURCHASE AGREEMENT (BPA) for commercial items prepared in accordance with FAR Subpart 12.6 and FAR Part 13.303, as supplemented with additional information included in this notice. This requirement will be satisfied using commercial acquisition procedures specified in FAR Part 12. This announcement constitutes the only solicitation; a written solicitation will not be issued. This synopsis/solicitation is being issued as a Request for Quotation (RFQ) number HSCG23-05-Q-PBM005. This RFQ is issued under Full and Open Competition; hence it is unrestricted. The NAICS Code is 611430 (NAICS standard is $6 Million). The ordering period for the BPA will be five years. BPA Calls (orders) will be issued against the BPA as training is required. This U.S. Coast Guard (USCG) requirement is to acquire training support for one-week courses in International Safety Management for up to 25 students per class. The USCG anticipates holding up to two courses per year at the USCG Training Center in Yorktown, VA. The contractor shall be required to provide an instructional course in accordance with the following requirements: 1.1 SCOPE. The purpose of this Statement of Work is to obtain Contractor training support services to provide up to ten one (1) week course of training for up to twenty (25) students in the International Safety Management Inspector Course. Training shall include the role of the Recognized Organization and Associated Rules and Regulations promulgated by the International Maritime Organization and the International Safety Management (ISM) Code certification process. Training shall also cover the Safety Management System and the Audit / Verification process. 1.2 BACKGROUND. The United States Coast Guard, Human Resources Division (G-MRP-3) operates a network of Human Resource (HR) services throughout the Coast Guard. Its mission is to meet the needs of the Coast Guard people and the people needs of the Coast Guard. The Coast Guard Marine Safety HR Division needs to provide an opportunity for Coast Guard Marine Inspectors to develop their knowledge and skills to provide effective and efficient inspections. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements and within the specified timeframe. 1.4 PERIOD OF PERFORMANCE. The period of performance for this Blanket Purchase Agreement shall be five years from date of award. 1.5 PLACE OF PERFORMANCE. The place of performance under this Blanket Purchase Agreement shall be the U.S. Coast Guard Training Center, Yorktown, VA. 1.6 HOURS OF OPERATION. The Contractor shall perform all services under this Blanket Purchase Agreement between the hours of 8:00am and 4:00pm EST, Monday through Friday. 2.0 GOVERNMENT TERMS AND DEFINITIONS. 2.1 COTR - Contracting Officer Technical Representative. 3.0 GOVERNMENT FURNISHED PROPERTY. The Government will provide on-site workspace for Contractor employee(s) supporting this Blanket Purchase Agreement unless specifically stated otherwise in PWS 4.0. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all, materials (handouts, books), equipment and services necessary to fulfill the requirements of this Blanket Purchase Agreement, except for the Government Furnished Property listed in PWS 3.0. 5.0 REQUIREMENTS. The Contractor shall provide training for up to twenty-five (25) students per class in a (1) one week training in the area of International Safety Management Course. 5.1 International Safety Management. The Contractor shall ensure that the delegates who successfully complete the maritime auditor/lead auditor course are competent to: 5.1.1 Conduct verification audits and inspections to establish the level of compliance with the requirements of the ISM Code. 5.1.2 Explain the purpose and intent of the ISM Code, and how the ISM Code interrelates with all applicable International Maritime Organization (IMO) arrangements associated with the certification process. 5.1.3 Interpret the requirements of the ISM Code. 5.1.4 Describe the provisions of the ISM Code that lead to improvements in safety and pollution prevention. 5.1.5 Understand the concepts of corrective action and its role in safe ship operation. 5.1.6 Evaluate the effectiveness of a documented safety management system in achieving the objectives of the ISM Code. 5.1.7 Understand the various types of audits and verifications common in the maritime sector. 5.1.8 Become familiar with the roles and responsibilities of all parties involved in the verification and certification process. 5.1.9 Explain the differences between the verification process for the Document of Compliance. 5.1.10 Describe the actions to be taken should a major non-conformity be discovered. 5.1.11 State the measures that are essential prior to reinstatement of ISM Code Certificates following the discovery of a major non-conformity. 5.1.12 Understand the process of tacit acceptance of amendments to the international convention. 5.2 Course Evaluation Questionnaire. The Contractor shall provide a short course evaluation questionnaire to the students at the end of the course. The questionnaire shall be provided to the COTR prior to the course for review and approval. All completed questionnaires shall be provided to the COTR no later than two (2) weeks after the course conclusion. 5.3 Training Records/Certification. The Contractor shall provide USCG certification to successful participants for the International Safety Management Inspector Course. 6.0 REFERENCES. 6.1 COMDTINST 1550.9 Management of the Coast Guard 6.2 IMO Resolution A.913 (22) 6.3 SOLAS Chapters IX, X and XI 6.4 SOLAS Chapter 1 of Article VII 6.5 ISO 10011 Part 1 6.6 Federal Regulations and Navigation and Inspection Titles 33 and 45 The following FAR provisions and clauses apply to this solicitation: (1) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov. (2) FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov. (3) FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005). (4) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award the BPA resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (A) Proven relevant past performance in successfully performing the requirements stated herein. Please provide 3 recent past performance references. (B) Technical approach. Please provide the technical approach that will be used to accomplish the requirements included herein. Also, include a copy of your course outline with the quote. (C) Price. Past performance is more important than technical approach and price is equal to the combination of past performance and technical approach. (5) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2005); A completed copy of FAR 52.212-3 must be submitted with your quotation. (6) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003). (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2005) (See clause for the following applicable paragraphs) (a); (b)(1), (7), (14) through (21), (28), and (31); (c)(1) through (5); and (d); and (e). Service Contract Act Wage Determination 95-2543 Revision 36 dated 11/10/04 is incorporated herein by reference. The full text of the wage determination can be downloaded from the following website: http://www.wdol.gov. Please note that the Wage Determination will be included in the award document. Quotes shall include a price for two line items for each of the five years of the proposed BPA: CLIN 0001: International Safety Management one-week Course for up to 20 students and CLIN 0002: International Safety Management one-week Course for up to 25 students. Quotes shall also include Past Performance information and technical approach as stated herein, as well as a completed copy of FAR 52.212-3 as stated above. Quotes should be submitted via e-mail to Arita Tillman at atillman@comdt.uscg.mil and Linda Dearing at ldearing@comdt.uscg.mil on or before 31 May 2005, 4 p.m. (Eastern Standard Time). If you have questions regarding this synopsis/solicitation, please contact Ms. Tillman at 202-475-3217 or via e-mail on/or before COB 24 May 2005. NOTICE FOR FILING AGENCY PROTESTS NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the Coast Guard 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the 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. This 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 at FAR 33.103(d)(2). If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. 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 forwarded to the address below: Commandant (CG-851) 2100 Second Street, SW, Room 2606 Washington, DC 20593 Telephone 202) 267-2285 FAX (202) 267-4011
 
Place of Performance
Address: Yorktown, Virginia
 
Record
SN00809045-W 20050519/050517211528 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.