Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

U -- Aircraft Maintenance Training

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Homeland Security, 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
HSCG23-06-R-PBF044
 
Response Due
8/3/2006
 
Archive Date
9/30/2006
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This procurement is being made in accordance with the procedures in FAR Part 12, FAR 13.5, and FAR Part 16.5. The solicitation number is HSCG23-06-R-PBF044 and it is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. There is no set aside. The NAICS code is 488190 and the small business size standard is $6.5 million. The U.S. Coast Guard (USCG) intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) type contract for training on maintenance of the U. S. Coast Guard?s Gulfstream V (GV) aircraft. The period of performance shall be from on or about August 15, 2006 through August 14, 2007, with four one-year option periods. Services will be ordered through delivery orders containing Firm-Fixed Price (FFP) line items with reference to Contract Line Item Numbers (CLIN). Technical proposal must be submitted separate from the Price Proposal. Questions regarding this solicitation should be submitted to jferguson@comdt.uscg.mil by 2:00 pm, July 28, 2006. Answers will be posted by amendment to this combined synopsis/solicitation. The Contractor shall provide training through a series of short term instructional courses (no longer than five weeks) for maintenance of the Coast Guard?s Gulfstream GV aircraft. The training shall take place in both a classroom setting and a shop/lab environment, with the preponderance of instruction time being ?hands-on? a GV airframe. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager is designated as Key by the Government. The Project Manager shall be responsible for keeping the Contracting Officer?s Technical Representative (COTR) informed about Contractor progress on delivery orders awarded under this contract, and ensure Contractor activities are aligned with USCG objectives. At a minimum, the Project Manager shall review the status and results of Contractor performance with the COTR upon completion of each course. The Contractor shall provide a course evaluation to the students at the end of each course. All completed evaluations/questionnaires shall be provided to the COTR no later than two weeks after course conclusion. CLIN0001: The Contractor shall provide a basic maintenance training course that will teach students component location, function, normal system operation, routine servicing, minor troubleshooting and repair of GV aircraft systems. The contractor shall instruct the student on how to interpret and utilize Aircraft Maintenance Manuals, Wiring Manual, Master Minimum Equipment List and other technical data. Basic maintenance training shall also include on-aircraft demonstrations, walk-around and pre-flight inspection of the GV. Upon completion of the course, students shall be able to demonstrate ability to perform maintenance on the GV. CLIN0002: The Contractor shall provide a comprehensive avionics maintenance training course that will teach students the knowledge and skills necessary to effectively maintain basic GV aircraft avionics systems. The contractor shall place emphasis on developing thorough system knowledge and efficient maintenance practices in accordance with specific manufacturers? (Gulfstream, Honeywell, Allied Signal, Collins, Orbit etc.) maintenance publications. CLIN0003: The Contractor shall provide a comprehensive avionics maintenance training course that will teach students the knowledge and skills necessary to effectively maintain GV Cabin Communications systems. The training course shall cover the Magnastar C-750 & C-2000, Honeywell Satellite Communications MCS 3000-7000, and Airshow Network ? including any upgraded equipment. CLIN0004: The Contractor shall provide a comprehensive maintenance training course that will teach experienced GV maintenance technicians advanced troubleshooting techniques and procedures utilizing the GV maintenance manual and wiring diagrams. CLIN0005: The Contractor shall provide a refresher/update course that will furnish the experienced GV aircraft technician with information pertaining to the latest updates, improvements, modifications, and service bulletins applicable to the GV. CLIN0006: The Contractor shall provide a course designed to meet primary needs of the Maintenance Manager. This course shall provide basic familiarization with the GV Aircraft Systems and the GV Maintenance Publications, Computerized Maintenance Programs, and GV support programs. CLIN0007: The Contractor shall provide a course designed for maintenance technicians who require a brief review of electronic systems and basic analog to digital conversion systems. The contractor shall also teach basic troubleshooting skills utilizing test equipment such oscilloscopes, multimeters, data bus analyzers, and digital logic probes. The estimated quantity for CLIN0001 is four student quotas per year. The estimated quantity for each of CLINs 0002 ? 0007 is two student quotas per year. These same CLINs and quantities will apply in the option periods. Total evaluated price will be calculated by multiplying the unit price proposed for each course by the number of student quotas for that course, repeating the calculation for each option year, and summing the five years. The contractor shall provide training as specified in each delivery order. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and is incorporated by reference. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b)(10). Offerors are required to submit at least 2 relevant past performance references. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. In accordance with 52.212-2, Evaluation?Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. There are two standards that must be met for a contractor proposal to be deemed technically acceptable. The first standard is that the contractor be properly accredited by the Federal Aviation Administration (FAA) to provide the requisite training. Offerors shall document this certification in their technical proposals by providing a certified copy of their FAA certification. The second standard is that the contractor must have satisfactory past performance. (b) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. After calculating total prices and determining whether technically acceptable, the USCG will award this contract to the contractor submitting the proposal that is lowest price technically acceptable. Provisions and clauses pertaining to this solicitation are available at www.arnet.gov. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications ? Commercial Items, Alt I, with their proposals. The following terms and conditions of FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply: (a)(1) Protest After Award; (a)(2) Applicable Law for Breach of Contract Claim; (b)(1) Restrictions on Subcontractor Sales to Government; (b)(7) Utilization of Small Business Concerns; (b)(14) Convict Labor; (b)(16) Prohibition of Segregated Facilities; (b)(17) Equal Opportunity; (b)(19) Affirmative Action for Workers with Disabilities; (b)(21) Notification of Employee Rights Concerning Payment of Union Dues or Fees; (b)(31) Payment by Electronic Transfer; (d) Comptroller Examination of Record; and (e) Flow Down of Clauses. The following also apply to this solicitation (fill in blanks with information provided here): FAR 52.216-18, Ordering (dates will be from date of contract award through one year) ; 52.216-19, Order Limitations (figures are $2,500, $100,000, $200,000, and 10 days) and 52.216-22 Indefinite Quantity (date will be five years from date of contract award); also apply to this solicitation. Proposals are due no later than 2:00 p.m. on August 3, 2006. If your offer is being submitted by REGULAR mail, use the following address: Commandant (G-ACS-1D) USCG Headquarters, 2100 Second St, SW, Washington, DC 20593-0001, Attention Mr. James Ferguson. If you are submitting your offer via EXPRESS MAIL or COURIER, use the following address: Commandant (G-ACS-1D), m/s 11-0225, USCG Headquarters, 1900 Half St, SW, Washington, DC 20024. If the offer is less than 25 pages, offerors may submit electronically to jferguson@comdt.uscg.mil. It is each offeror?s responsibility to ensure the offer is received prior to the deadline. It is the policy of the USCG to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a USCG solicitation 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 offeror should then contact the USCG Solicitation Ombudsman at the following address: Commandant (CG-85-S/3)/2100 Second St, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date.
 
Record
SN01094828-W 20060723/060721220529 (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.