Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

U -- Training for Advance Composite Repair

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCGG8-07-Q-PBF030
 
Response Due
8/29/2007
 
Archive Date
9/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure Contractor Services for ADVANCED COMPOSITE REPAIR Course. 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 carefully. This acquisition is set aside for small business concerns. SCOPE: STATEMENT OF WORK U.S. Coast Guard AMT Advanced Composites (Course ID: 151154) 1.0 BACKGROUND 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 aircraft composites repair training possible in order to meet these challenges. 2.0 PURPOSE This statement of work is to acquire the services of a commercial vendor to conduct a 2 week course designed to train Coast Guard personnel in the fabrication and damage repair of aircraft composite materials. A total of 14 personnel will require this training during fiscal year 2007. 3.0 OBJECTIVES The Contractor shall provide information services to train Coast Guard personnel in composites fabrication and repair from basic to advanced. Topics addressed include but are not limited to the following: ? Familiarization with composites materials and their characteristics ? Familiarization with fabrication fundamentals and methods ? Familiarization with non-destructive inspection methods, detection of faults, determining if damage is within acceptable limits, and the documentation of all work completed ? Familiarization in health and safety concerns including handling and personal protection ? Exercises in component lay-up with emphasis on material orientation, resin mixing procedures, vacuum bagging & scheduling, and curing shall be completed by the students ? Exercises in damage identification, removal and repair (both skin and core plug) shall be completed by the students 4.0 REQUIREMENTS The Contractor shall provide training to Coast Guard personnel. The course shall be delivered in a two week (~80 hours) session. The training will take place in both a classroom setting and a shop/lab environment. Eighty percent of instruction time should be ?hands-on?. 5.0 SCOPE Course support expected under this contract will be provided under the direction of the United States Coast Guard. 5.1 Location. The course shall be held at contractor?s site. 5.2 Workday. The workday is defined as an 8 hour workday from 0800 - 1600/ 8 am to 4pm Monday - Friday. 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 and tools) 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 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 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 AMT Rating Force Master Chief. U.S. Coast Guard Points of Contact: CG Headquarters, CG-481 AMT Rating Force Master Chief AMTCM Michael S. Peterson, 202-475-5748 HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 2:00 PM, ET, SEP 7,2007. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work. (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 one copy of the proposal to PO Thomas Rush, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Thomas.D.Rush@uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical capability (3) Past performance of your organization, including adherence to schedules and budgets, 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 (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 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, SEP 3, 2006. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Place of Performance
Address: USCG HEADQUARTERS HSC A-3, 2100 2ND STREET S.W., WASHINGTON, DC
Zip Code: 20593-0001
Country: UNITED STATES
 
Record
SN01388900-W 20070831/070829220708 (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.