Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

U -- N/A

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-06-Q-PBF058
 
Response Due
6/29/2006
 
Archive Date
7/14/2006
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure professional training to instruct a Gulfstream G-5 Maintenance Initial Training Course (class to convene on 10 July 2006). This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a (n) Un-restricted basis. SCOPE: Statement of Work for the Gulfstream G-5 Maintenance Initial Training Course is as follows: 1.0 BACKGROUND The U.S. Coast Guard, Chief of Aeronautical Engineering (CG-41) manages the aircraft mechanics at Air Station Washington whose job it is to provide a safe and operable G-5 aircraft ready to provide transportation for the Secretary of the Department of Homeland Security, the Commandant of the Coast Guard or other dignitaries on a moments notice. In order to ensure the safety of our aircrews and their passengers and in keeping with continued excellent stewardship of the American tax-payers resources, the Coast Guard needs to provide its aircraft maintenance personnel with the best G-5 maintenance training possible to meet these challenges. 2.0 PURPOSE This statement of work is to acquire the services of a commercial vendor to conduct a series of short term instructional courses (no longer than five weeks) designed to train Coast Guard personnel in troubleshooting and fault diagnosis procedures for the G-5 aircraft. 3.0 OBJECTIVES The Contractor shall provide information services to train Coast Guard personnel in G-5 maintenance procedures and troubleshooting and fault diagnosis and repair. Topics addressed include but are not limited to the following: G-5 Maintenance Initial Training The initial maintenance training course shall instruct students in component location, function, normal system operation, routine servicing, minor troubleshooting and repair of G-5 aircraft systems. The student shall also be taught the ability to interpret and utilize Aircraft Maintenance Manuals, Wiring Manual, Master Minimum Equipment List and other technical data. Practical training shall include on-aircraft demonstrations, walk-around and pre-flight inspection of the G-5. 4.0 REQUIREMENTS The Contractor shall provide training to Coast Guard personnel. The training will take place in both a classroom setting and a shop/lab environment. Eighty percent of instruction time should be ?hands-on?. Normal class size will not exceed four students per session. Access to a G-5 airframe is required for hands-on training. 5.0 SCOPE Course support expected under this contract will be provided under the direction of the United States Coast Guard. 5.1 Location. 5.2 Workday. The workday is defined as an 8 hour workday from 0800 - 1600/ 8 am to 4pm. 6.0 CONTRACTOR FURNISHED INFORMATION The contractor shall provide all necessary materials to perform all tasks except for any Government furnished property. This includes course material (i.e. handouts, books, etc.) to be used during the training and other required information. 7.0 GOVERNMENT FURNISHED INFORMATION 7.1 The government will screen and provide all attendees for each course convening date. 8.0 SCHEDULE FOR DELIVERABLES 8.1 Ideally, initial contact between the contractor and the U.S. Coast Guard shall be at least one months prior to the physical start of each convening date. Contact can be achieved by phone conversation, electronic mail, and physical meeting at U.S. Coast Guard Headquarters, Washington, DC, or at the contractor's facility. 8.2 Course dates and quotas shall be managed by mutual agreement between the contractor and the U.S. Coast Guard?s representative, the AET Rating Force Master Chief. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 11:00 AM, EST, June 29, 2006. Technical proposals must include: (1) Specific approach in meeting requirements outlined in Statement of Work and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price, ?broken out by labor hours, labor category, materials, and other direct costs?. Offerors must submit an original and two copies of the proposal to Sonja Aiken, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to saiken@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2006), 52.212-4 (Oct 2003), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jan 2006). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, June 26, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN01076035-W 20060624/060622222129 (fbodaily.com)
 
Source
FedBizOpps 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.