Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

U -- Instructor on site ATF-3 Aircraft Engine Maintenance Training

Notice Date
2/27/2007
 
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-PBF008
 
Response Due
3/14/2007
 
Archive Date
3/29/2007
 
Description
tThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is solicitation number is HSCG23-07-R-PBF008 and is being issued as a Request for Proposal (RFP). This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 05-15. 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 intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) type contract for training of maintenance of the U.S. Coast Guard?s Falcon HU-25 aircraft. The period of performance shall be from on or about April 1, 2007 through March 31, 2008 with four one-year option periods. Services will be ordered through delivery orders containing Firm-Fixed Price (FFP) line items. Technical proposal must be submitted separate from the Price Proposal. Questions regarding this solicitation should be submitted to Wilbert.Mann@uscg.mil by 2:00 pm, March 7, 2007. Answers will be posted by amendment to this combined synopsis/solicitation. The U.S. Coast Guard , Chief of Aeronautical Engineering (CG-41 manages a network of aircraft mechanics across the country that provides safe and operable aircraft ready to perform the various Coast Guard missions on a moments notice. In order to ensure the safety of our aircrews and the continued excellent stewardship of the American tax-payers resources, the Coast Guard will need to provide its aircraft maintenance personnel with the best ATF-3 aircraft engine maintenance training possible to meet these challenges. The U.S. Coast Guard (USCG) has a requirement to acquire the services of a commercial vendor to conduct short term instructional courses no longer than two weeks designed to train Coast Guard personnel in shop maintenance procedures for the ATF-3 engine utilized on the HU-25 series aircraft. This training is to be conducted on-site at one of the four units in the Coast Guard operating the HU-25 aircraft. This training is to be scheduled on an ?as needed? basis with the likelihood of no more than five sessions in FY 2007. Topics addressed include but are not limited to the following: Familiarization with the description and operation of the ATF-3 engine system; Familiarization of removal and installation procedures of engine exterior components; Familiarization of disassembly and reassembly procedures of engine internal components; Familiarization with the inspection procedures of ATF-3 engine systems and components; Familiarization with the proper usage of all related specials tools and equipment; Familiarization with the proper maintenance instruction and documentation. The course shall be delivered in a maximum of a two week session. The training will take place in both a classroom setting and ship/lab environment. Eighty percent of instruction time should be ?hands on?. Normal class size will not exceed four students per session. Course support expected under this contract requirement will be provided under the direction of the United States Coast Guard. The course shall be held at any of the following Coast Guard units operating the HU-25 aircraft as follows: Coast Guard Airstation Cape Cod, MA, Coast Guard Airstation Miami, FL, Coast Guard ATC Mobile, AL, and Coast Guard Airstation Corpus Christi, TX. The workday is defined as an 8 hour workday from 0800-1600/ 8am to 4pm. 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. The government will screen and provide all attendees for each course convening date. Ideally, initial contact between the contractor and the U.S. Coast Guard shall be at least two months prior to the physical start of each convening date. Contact can be achieved by phone conversation, electronic mail, and physical meeting at Coast Guard Headquarters, Washington, DC, or at the contractor?s facility. The opportunity for engine availability is normally based on scheduled major inspections coming due, but unscheduled damage and the need to repair is sometimes hard to predict thus it is not uncommon for only a two week prior notification. Course dates and quotas shall be managed by mutual agreement between the contractor and the U.S. Coast Guard?s representative, the AMT Rating Force Master Chief. The Contractor shall furnish all facilities materials, equipment and services necessary to fulfill the requirements of this solicitation, except for the Government furnished Information. The contractor shall provide training as specified in each delivery order. FAR provisions 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): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. Factors are in descending order of importance. Technical capability and past performance when combined are more important than price. The contractor must have satisfactory past performance. 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. 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. The following terms and conditions of FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item apply: (a)(1) Protest After Award: (a)(2) Applicable Law for Breach of Contract Claim; (b)(1) Restrictions of Subcontract 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 of 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, $200,00, and 10 days) and 52.216-22 Indefinite Quantity (dated will be five years from dated of contract award); also apply to this solicitation. Proposals are due no later than 2:00 p.m. on March 14, 2007. If your offeror is being submitted by REGULAR mail, use the following address: Commandant (G-ACS-1A) USCG Headquarters, 2100 Second St. SW, Washington, DC 20593-0001, Attention Mr. Wilbert Mann. If you are submitting your offer via EXPRESS MAIL or COURIER, use the following address: Commandant (G-ACS-1A), m/s 11-0236, USCG Headquarters, 1900 Half St., SW, Washington, DC 20024. If your offer is less than 25 pages, offerors may submit electronically to wilbert.mann@uscg.mil. It is each offeror?s responsiblilty 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 this 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 Contract Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should them contact the USCG Solicitation Ombudsman at the following address: Commandant (APO-1)/2100 Second St., SW, Washington, DC 20593-0001, Phone: (202) 372-3672. 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.
 
Place of Performance
Address: To be announced upon contract award.
Zip Code: 20593
Country: UNITED STATES
 
Record
SN01239649-W 20070301/070227220521 (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.