Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2006 FBO #1822
SOLICITATION NOTICE

U -- N/A

Notice Date
11/20/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG23-07-R-PBF015
 
Response Due
11/27/2006
 
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 HSCG23-07-R-PBF015 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 05-13. 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 Commercially available Contractor training support services to conduct a series of short term instructional courses for aircraft corrosion control as it relates to aging aircraft. The period of performance shall be from on or about January 1, 2007 through December 31, 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 proposals must be submitted separate from the Price Proposal. Questions regarding this solicitation should be submitted to Catherine.B.Pinkney@uscg.mil by 9:00 am, November 27, 2006. Answers will be posted by amendment to this combined synopsis/solicitation. The contactor can assume that students attending this course have already completed introductory courses in corrosion control and aircraft structural repair. The Contractor shall provide training through a series of short term instructional courses (no longer than one week /40hours) for corrosion control at the vendor?s facility. The training shall take place in both a classroom setting and a shop/lab environment. This course is to include a ?hands-on? training in the inspection and identification of corrosion, the application of corrosion preventive materials and the repair of corrosion damage on aircraft components. The contractor shall provide a Project Manager who shall be responsible for all contractor work performed under this contract. It is anticipated that the Project Manager should be one of the senior level employees provided by the contractor for this work effort. The Project Manager is designated a 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 the United States Coast guard 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. REQUIREMENTS. The Contractor shall provide training support services to conduct a series of short term instructional courses (40 hour course) for aircraft corrosion control as it relates to aging aircraft. Contractor tasks shall include, but may not be limited to; aircraft corrosion control training employing the current Coast Guard system for inspection and identification of corrosion, the application of corrosion preventative materials, and the repair of corrosion damage on aircraft components. Classroom Training The Contractor shall provide a basic classroom lecture that shall cover the following: A review of the fundamental principles and theory of corrosion A review in the identification of the various forms of corrosion Identification of corrosion prone areas in all aircraft systems to include structural (aluminum, composites, and where the two interface), electrical, wiring, connectors, wiring harnesses, and cables; fuel, hydraulic and pneumatic lines; and electro-mechanical system components such as pumps and actuators Corrosion prevention and control methods in all specified areas Aircraft corrosion repair methods and limitations Documentation of corrosion work performed in accordance with USCG directives Lab Exercises The Contractor shall provide a hands-on lab to include the following: A mock structure damage assessment and repair Corrosion identification exercises Corrosion removal exercises Corrosion protection exercises Course Critique The Contractor shall allow each student to critique this course by providing a Contractor critique form at the end of each training session. The completed critiques shall be reviewed by the course provider and the originals forwarded to the USCG (CG-481). It is anticipated that two (2) classes per year will be conducted with 14 student quotas per class. 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. Base Year: CLIN 0001: Aircraft Corrosion Control Training CLIN 0002: Course Critique Option Period 1 CLIN 1001: Aircraft Corrosion Control Training CLIN 1002: Course Critique Option Period 2: CLIN 2001: Aircraft Corrosion Control Training CLIN 2002: Course Critique Option Period 3: CLIN 3001: Aircraft Corrosion Control Training CLIN 3002: Course Critique Option Period 4: CLIN 4001: Aircraft Corrosion Control Training CLIN 4002: Course Critique 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. The evaluation factors are technical capability, past performance and price. Technical capability and past performance are of equal importance. When combined they are more important than price. 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 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. 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 10:00 a.m., on December 5, 2006. The following address is to be used when submitting your proposal either by regular, express or courier mail: Commandant (G-ACS-1A), United States Coast Guard, Attention Catherine B. Pinkney/CGHQ (JR11-0333) 2100 Second Street, SW., Washington, DC 20593. Please ensure that the express or courier package has the following telephone number with the prior requested information (202) 475-3198. Proposals will only be accepted by the above referenced method. 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. Point of Contact Catherine B. Pinkney, Purchasing Agent, Phone (202) 475-3198, Fax (202) 475-3905, Email Catherine.B.Pinkney@uscg.mil, Purchasing Agent Claire Zebrowski, Contracting Officer, Phone (202) 475-3253, Fax (202) 475-3905, Email: Claire.M.Zebrowski@.uscg.mil
 
Record
SN01184008-W 20061122/061120220231 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.