Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2005 FBO #1314
SOLICITATION NOTICE

U -- U- Shipyard Competent Person-Maritime Confined Space Entry Course for U.S. Coast Guard Personnel

Notice Date
6/30/2005
 
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-PBJ010
 
Response Due
7/28/2005
 
Description
SYNOPSIS AND SOLICITATION: This is a combined synopsis/solicitation to establish a single award BLANKET PURCHASE AGREEMENT (BPA) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-05-Q-PBJ010, which is a Request for Quotation (RFQ). The NAICS code is 611430. Small Business size standard is $6.0 Million. The proposed BPA is 100% set-aside for Small Business concerns. The ordering period for the BPA will be five years from the date of award. BPA Calls (orders) will be issued against the BPA as training is required. The contractor shall be required to provide an instructional course in accordance with the following requirements: 1.1 SCOPE. The purpose of this anticipated BPA is to obtain the Contractor to provide a Shipyard Competent Person ? Maritime Confined Space Entry course for U.S. Coast Guard Personnel (active duty, civilian, reserve and auxiliary). The course shall be a 3 day, 24 hour training course and shall educate students to apply the Recognize, Evaluate, and Control (REC) model to confined space hazards at ship repair and ship construction facilities and during Coast Guard Marine Safety activities aboard vessels. The Contractor shall provide approximately four (4) courses per year at the Training Center (TRACEN) in Yorktown and two (2) courses per year at the Training Center (TRACEN) in Petaluma, each with a class size of approximately 25 students. 1.2 BACKGROUND. The U.S. Coast Guard, Office of Safety and Environmental Health (CG 113), Afloat and Marine Safety Division (CG1134) requires Contractor support to provide a course designed to provide Coast Guard personnel the knowledge and skills necessary to perform as Competent Persons, as described in 29CFR1915, subpart B and COMDTNOTE 16000 of 27APR01. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager is further designated as Key by the Government (see 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer?s Technical Representative (COTR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 0730 and 1630 local time, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified under this contract. All Contractor employees supporting this BPA shall also be citizens or legal residents of the United States. Key personnel and Instructors supporting this BPA shall meet the following qualifications and experience: 1.3.2.1 NFPA Certified Marine Chemist (MC) - National Fire Protection Association (NFPA) approved. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee?s photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.4 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security and the U.S. Coast Guard. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under this BPA. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.6 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Government may designate additional Contractor personnel as Key in this BPA. 1.5 SECURITY. Contractor access to classified information is not required under this BPA. 1.6 PERIOD OF PERFORMANCE. The ordering period for this BPA is five (5) years from the date of award. Individual sessions are expected to be 3 days each. 1.6.1 The tentative course schedule for Fiscal Year 2006 is as follows: Training Center Yorktown: 11/07/05 - 11/09/05, 01/04/06 - 01/06/06, 02/22/06- 02/24/06, 09/06/06 - 09/08/06. Training Center Petaluma: 02/28/2006 ? 03/02/2006, 09/05/2006 ? 09/08/2006. 1.6.2 The course schedule for the option periods will be determined by the Government and will be dependent upon the availability of the Training Centers. The Contractor will be notified of the schedule within 30 days of the start of each Fiscal Year. 1.7 PLACE OF PERFORMANCE. The primary places of performance will be at the TRACEN Yorktown, VA and at the TRACEN Petaluma, CA. 1.8 HOURS OF OPERATION. The hours of operation will be determined at each facility. 1.9 TRAVEL. Contractor travel may be required to support this BPA. All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Federal Travel Regulations. The Contractor shall be responsible for obtaining COTR approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.10 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of the Work Statement. The Kick-Off Meeting will be held at the Government?s facility. 1.11 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation III (Windows XP and Microsoft Office Applications). 1.12 PROTECTION OF INFORMATION. Contractor access to information protected under the Privacy Act is required under this BPA. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 COTR ? Contracting Officer?s Technical Representative 3.0 GOVERNMENT FURNISHED RESOURCES. The Government will provide the workspace necessary to perform the on-site portion of Contractor services required under this BPA, unless specifically stated otherwise in section 5.0 of this Work Statement or any call (orders) awarded under this BPA. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of task orders awarded under this BPA, except for the Government Furnished Property specified in this Work Statement. 5.0 REQUIREMENTS. 5.1 Instructor Support. The Contractor shall provide six (6) sessions of Shipyard Competent Person ? Maritime Confined Space Entry course instruction per year. The Contractor shall provide approximately four (4) course sessions at TRACEN Yorktown and two (2) course sessions in TRACEN Petaluma. The Contractor shall instruct approximately 25 students within each session. The course schedule will be established by the Government (see Work Statement 1.6.1). Instructor support shall include the following tasks: 5.1.1 The Contractor shall ensure students completing the course shall be able to demonstrate the knowledge and skills required to perform as a Competent Person per 29 CFR 1915, subpart B. 5.1.2 The Contractor shall ensure the course provides Coast Guard personnel (active duty, civilian, reserve and auxiliary) with the knowledge and skills necessary to perform as Competent Persons, as described in 29CFR1915, subpart B and COMDTNOTE 16000 of 27APR01. 5.1.3 The Contractor shall ensure that students successfully completing the course can apply the Recognize, Evaluate, and Control (REC) model to confined space hazards at ship repair and ship construction facilities and during CG Marine Safety activities aboard vessels. 5.1.4 The Contractor shall ensure that the following applicable guidance and regulations are reviewed during training: 29 CFR 1915, NFPA 306, COMDTINST 15000.1, and COMDTNOTE 16000 of 21APR01. 5.1.5 The Contractor shall ensure training includes detailed discussion of the roles of the Marine Chemist and Shipyard Competent Person. 5.1.6 The Contractor shall provide a course which includes, but is not limited to the following: What is Classified as a Confined Space Types of Hazards Associated With a Confined Space Protection from Hazards Steps Involved in Entry Preparation Proper Entry Procedure Responsibilities of the Confined Space Attendant and Entrant Effective and Safe Rescue Techniques 5.1.8 The Contractor shall provide students with use of confined space atmospheric testing equipment during ?hand?s on? simulated entry exercises. 5.2 Documentation Services Support. The Contractor shall provide general documentation services in support of the activities outlined in this work statement. Examples shall include the following requirements: 5.2.1 The Contractor shall create and maintain a student roster and records of student performance and progress. 5.2.2 The Contractor shall create, update, copy and distribute course workbooks, handouts, training aids and other training materials. 5.2.3 The Contractor shall develop and provide visual aids and other presentation materials to facilitate classroom instruction. 5.2.4 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 weeks after the course conclusion. 5.2.5 The Contractor shall provide a United States Coast Guard certification to successful participants in their respective area for Shipyard Competent Person ? Maritime Confined Space Entry. 5.2.5.1 The Contractor shall provide the certification certificate to the student along with a copy of the certificate to the COTR. 5.2.6 The Contractor shall provide to the COTR, within 30 days of completion of the course, a report containing, at a minimum, a student roster, student critiques and instructor comments and observations. 6.0 REFERENCES. 6.1 National Fire Protection Association (NFPA) 306 Standard For The Control Of Gas Hazards On Vessels, 2003 edition. The following FAR provisions and clauses apply to this solicitation: (1) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). 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 (FEB 1998). 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 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: (i) Technical approach (Curriculum): (a) Describe your proposed curriculum for satisfying the requirement; (ii) Past Performance; Provide 3 recent past performance references of similar contracts currently in place, delivery orders, purchase orders, or a combination of all done within the past 3 years. In addition, please submit student evaluations from at least 3 previous contracts. Similar contracts listed may include any contract entered into with the Federal Government, agencies of state and local governments, and commercial customers. Include the following formation: (a) Name of Contract Activity; (b) Contract Number, (c) Contract Type; (d) Total Contract Value; (e) Description of Contract Work; (f) Contracting Officer Name and Telephone Number; (g) Program Manager Name and Telephone Number (if applicable); (h) Contracting Officer?s Technical Representative Name and Telephone Number; and (i) Administrative Contracting Officer?s Technical Representative (if different from (f)); and (iii) Price: The Government will award the BPA to the vendor who has the best overall value on the basis of its quote and its capability to perform the work. Technical approach and past performance are of equal importance, and when combined are of more importance than price. (5) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 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), (5), (7), (14) through (21), (28), and (31); (c)(1) through (5), (d); and (e). Service Contract Act Wage Determination 94-2543 Rev (37) dated 05/16/05 and 94-2059 Rev (25) dated 05/17/2005 are incorporated therein by reference and will be attached as separate attachments. Vendors shall provide a price for a line item for each of the five years of the proposed BPA: CLIN 0001: Shipyard Competent Person ? Maritime Confined Space Entry Course. Quotes shall be submitted via e-mail to Sandra A. Queen at squeen@comdt.uscg.mil on or before July 28, 2005, by 2:00 PM EDT. If you have questions regarding this synopsis/solicitation, please contact Ms. Sandra A. Queen at (202) 475-3218 or via e-mail. 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 Phone: (202) 267-2285 Fax: (202) 267-4011
 
Record
SN00839442-W 20050702/050630211535 (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.