Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
MODIFICATION

U -- Training and Certification Services in the area of Forklift Operation, Component Parts Protection/Material Handling, Corrosion Familiarization, Crane Operation and Hole Quality/Cold Working/Forcemate

Notice Date
9/24/2007
 
Notice Type
Modification
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N65886-08-P5-AC002
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Point of Contact
Kay Eichholz, Contract Specialist, Phone (904) 317-1989, Fax (904) 317-1991
 
E-Mail Address
kay.eichholz@navy.mil
 
Description
The purpose of the amendment is to correct the original combined synopsis/solicitation closing date to read: 2:00 PM EST 14 September 2007; and to extend the current closing date to read: 2:00 PM EST 27 September 2007. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified Acquisition procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation/RFQ Number is N65886-08-P5-AC002 and closes at 2:00 PM EST 14 September 2007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 dated 30 June 2007 and Defense Federal Acquisition Regulations Supplement Revision 20070802. Solicitation Number N65886-08-P5-AC002 is issued as a Request for Quotation (RFQ). This action is being pursued as a full and open competition. It is not a small business set-aside. The associated North American Industry Classification Systems (NAICS) code for this requirement is 541618 with a size standard of $6.5M. The Navy anticipates negotiating a one (1) year base, plus four one-year options contract for the period of performance. The contract type will be a firm-fixed price commercial acquisition purchase (SAP) for services for the anticipated period of performance of 01 October 2007 through 30 September 2008 with four-one year options. The contract line item number (CLIN) and description for this procurement is as follows: CLIN 0001 Forklift Certification Training, CLIN 0002 Travel, CLIN 0003 Contract Data Requirements List (CDRLS), plus possible option year CLINS: The tasking includes the following: PERFORMANCE BASED STATEMENT OF WORK FOR TRAINING AND CERTIFICATION SERVICES IN THE AREAS OF FORKLIFT OPERATION, COMPONENT PARTS PROTECTION/MATERIAL HANDLING, CRANE OPERATION, AND HOLE QUALITY/COLD WORKING/FORCEMATE/FORCETEC PROCEDURES 1.0 Introduction 1.1 Fleet Readiness Center Southeast (FRC-SE) Jacksonville has a requirement for initial and refresher training to obtain/maintain employee certification in the areas of Forklift Operation, Component Parts Protection/Material Handling, Corrosion Familiarization, Crane Operation, and Hole Quality/Cold Working/Forcemate/Forcetec procedures. 2.0 Background 2.1 The Fleet Readiness Center Southeast (FRC-SE) Jacksonville provides Depot level maintenance support of aircraft, aircraft engines, and their components and is constantly in need of required training to maintain certification. The FRC-SE Jacksonville is a key element in the Navy's ability to support tactical aircraft readiness objectives. FRC-SE Jacksonville has over 3200 employees who are presently enrolled in, or part of, these programs. 3.0 Scope 3.1 The objective of this effort is to acquire the services of qualified instructor(s) to provide required training and issue certifications/re-certifications for FRC-SE Jacksonville employees and contractor support personnel. This effort includes support services to monitor and facilitate these training programs using the Training Management System (TMS) database. The contractor shall track participant progress throughout the entire training evolution. 4.0 Applicable Documents NAVFAC P-307 Acquisition and Management of Weight Handling Equipment 29 CFR 1910.178 Powered Industrial Trucks Local Process Specification-1210A Manual and Portable Machine Hole Manufacturing NAVAIR 01-75PAA-3-2 Section 12 P-3 Structural Repair Manual ? DEPOT Level Maintenance-Installation of Forcetec Fastener System (Section 12) NAVAIR A1-F18AC-SRM-200 Organizational, Intermediate and Depot Maintenance - Structural Repair General Information ? Navy Model F/A 18 A/B/C/D MIL-PRF-29612 Guidance for Acquisition of Training Data Products and Services NAVAIR 01-S3AAA-3-3 Organizational, Intermediate and Depot Maintenance - Structural Repair - Structural Repair Instructions Navy Model S-3A NAVAIR-A1-H60BB-SRM-00 Organizational, Intermediate and Depot Maintenance - Structural Repair - Structural Repair Instructions Navy Model H-60 NAVAIR-01-85ADC-3-3 Organizational, Intermediate and Depot Maintenance - Structural Repair - Structural Repair Instructions Navy Model EA6B NADEPJAXINST. 4030.3B Ch 1 in Process Protection, Transportation and Material Handling of Aircraft, Engine and Component Parts During Repair, Process and Storage NADEPJAXINST. 10490.4A Ch 3 Support Equipment Maintenance Program NAVAIR 01-1A-509-1 Cleaning and Corrosion Control, Volume I, Corrosion Program and Corrosion Theory NAVAIR 01-1A-509-2 Cleaning and Corrosion Control, Volume II, Aircraft COMNAVAIRINST 4790 Vols I, II, II, IV, V 5.0 Performance Requirements 5.1 Government 5.1.1 The Government will provide the Contractor with access to Government facilities, equipment, and personnel as required to support the execution of the tasks described in this PSOW. During the performance of duties, the Contractor may be authorized the use of a Government utility vehicle sufficient to transport training equipment to facilities throughout FRC-SE Jacksonville. 5.2 Contractor 5.2.1 The Contractor shall provide a DOD Certified qualified instructor(s) for each area of training as follows. The tentative class schedule is included in Section 8.2, and is an example, subject to change as the needs of the FRC-SE Jacksonville change. 5.2.2 Crane Operation 5.2.2.1 U.S. Navy Crane Center, Certified Category 3 Crane Safety Trainer. Training shall be conducted in accordance with NAVFAC P-307 publication, which provides Navy program for management, maintenance, inspection, testing, certification, alteration, repair, and operation of weight handling equipment. Instructor shall be knowledgeable of and address program requirements to ensure equipment is safe to operate, weight-handling operations are conducted safely and efficiently, and to ensure optimum equipment service life. 5.2.2.2 Types of Cranes 5.2.2.2.1 Category III, Non-Cab Operated, Overhead Electric Trolley up to, but not including, 20,000 pounds capacity. 5.2.2.2.2 Work-center hoists, 2,000 pounds capacity. 5.2.3 Forklift Operation 5.2.3.1 Instructor shall have the knowledge, training, experience, and third party train-the-trainer training certification to conduct training for powered industrial truck operators and evaluate their competence in accordance with the Code of Federal Regulations, Title 29, Part 1910, Section 178 (29 CFR 1910.178). See Section 8.2 for tentative class schedule. 5.2.3.2 Following are the types of forklifts that the contractor must be able to operate: 5.2.3.2.1 Warehouse forklift, class one, includes counterbalance, sit-down rider (solid & pneumatic tires, electric, gasoline, and LPG). 5.2.3.2.2 Class two, including narrow aisle, reach and side loader (solid tires, electric). 5.2.3.2.3 Class three, including powered and walking pallet jacks (solid tires, electric). 5.2.4 Component Parts Protection/Material Handling 5.2.4.1 Instructor shall have the knowledge, training, experience, and third party train- the-trainer training certification to conduct training for component parts protection and material handling in accordance with the NADEPJAXINST. 4030.3B. See Section 8.2 for tentative class schedule. 5.2.5 HOLE QUALITY CERTIFICATION 5.2.5.1 Training to be conducted by certified hole quality instructor(s). See Section 8.2 for tentative class schedule. 5.2.5.2 Instructor must be able to become certified by the FRC-SE to instruct Hole Quality in accordance with LPS 1210 and COMNAVAIRFORINST 4790. 5.2.5.3 Equipment Used In Hole Quality/Coldworking. 5.2.5.3.1 Instructor must be knowledgeable in use of the following equipment: pneumatic drill motors, mist cans, drill bits, core drills, centering gauges, micrometers, reamers, end mills, drill blocks, rivet hammers and Forcetec / Forcemate fastener systems 5.2.6 Basic Corrosion 5.2.6.1 Instructor shall have the knowledge, training and experience to conduct training on Basic Corrosion. See Section 8.2 for tentative class schedule. 5.3 Government Furnished Equipment/Material 5.3.1 The Contractor agrees to ensure the proper and authorized use of the Government-furnished utility vehicle and acknowledges liability for damages occurring during its use. The Contractor will return all Government Furnished Equipment (GFE) and Government Furnished Material (GFM) to the Government within 30 days of the expiration of the contract in the same condition as received. 5.3.2 The Government will provide the curriculum to the contractor to instruct all mentioned classes. All documentation for this project, including curriculum and instructional materials, shall remain the exclusive property of the Government and shall be returned to the Government upon the completion of this effort. 5.4 Training Evaluations 5.4.1 Evaluations shall be held onsite after classroom training and testing has been completed. The results of the testing and written evaluations shall be entered into an established database within the Training Management Office. Test results shall be forwarded to the quality assurance department for tracking concerning qualification compliance. The contractor shall incorporate feedback from student evaluations into the training program. 5.5 Planning Meeting 5.5.1 A planning meeting shall be held between the Government and Contractor within 5 working days of inception of the purchase order/contract to clarify all responsibilities, requirements, and training schedules. The Contractor shall be prepared to begin instructing the required courses 5 working days following this meeting. Additional meetings in support of the PSOW shall be held as required. 5.6 Training Completion 5.6.1 The Contractor shall be responsible for entering all data regarding successfully completed employee training into the TMS database. 5.7 Training Report 5.7.1 The contractor shall submit a report of training completed by course training date and number of personnel. See CDRL A001. 5.8 Working Hours 5.8.1 The Fleet Readiness Center ? Southeast (FRC-SE) Jacksonville normal Shift A working hours of operation are Monday through Friday from 0600 to 1430. The contractor may be required to coordinate schedules and provide training during Shift B (1430-2300) and/or Shift C (2300-0630) to ensure all shifts have access to needed training. 5.9 A resume shall be provided to the government for each proposed instructor. 6.0 Security 6.1 The Contractor shall submit on company letterhead a list of all contractor personnel involved in on-site execution of these tasks not later than five (5) business days after the Contract effective date. The list shall contain the full name for each contractor representative requiring site access. Contractor personnel must be U.S. citizens and shall adhere to all applicable FRC-SE Jacksonville security and personnel safety requirements. 7.0 Travel 7.1 Travel to offsite locations may be necessary. When contractor personnel performing required task, such as recurrency/requalification training, remain overnight at locations other than Jacksonville, FL, the contractor will be reimbursed for travel costs in accordance with FAR 31.205-46 on the basis of actual cost incurred for transporting necessary personnel up to the extent allowed a Government employee under the Department of Defense Joint Travel Regulations. Maximum allowable rates can be found at http://www:dtic.mil/perdiem/perdiemrates.html. Travel and per diem cost incurred in the replacement of personnel will not be reimbursed when such replacement is accomplished for the contractor?s or contractor employees? convenience. 8.0 Deliverables 8.1 The Contractor shall be responsible for delivering the products and services specified in this PSOW and the Contract Data Requirements List (CDRL).The contractor shall provide deliverables in the form of training reports in accordance with the attached Contract Data Requirements List (CDRL?s). 8.2 FY08 Class Schedule Material Handling Equipment (MHE Courses) MHE Lift Truck Operator Safety, Basic Course (16hrs) ? for those without any previous forklift experience *2 classes of 6 per year MHE Lift Truck Operator Safety, Initial Course (6hrs) ? for those with previous forklift experience *12 classes of 8 per year MHE Lift Truck Operator Safety, Recertification Course (4hrs) ? to meet OSHA mandated 36 month requirement *12 classes of up to 28 per year Components/Parts Protection During Rework, Transportation and Storage (4 hrs) ? for newly assigned FRC-SE personnel, cites instructions and specifications, ESD concerns, recognition/elimination of rising cost factors, corrosion prevention and transportation concerns. *12 classes of up to 28 per year Category III Crane Safety Course (8hrs) - Navy Crane Center Required class for Category III Non-Cab Operated Cranes up to, but not including 20,000 lbs. *12 classes of up to 28 per year Hole Quality Initial Course (24hrs) ? for personnel who will be drilling, reaming, flex-honing, countersinking, hole measuring and Forcetech/Forcemate fastener/bushing installation procedures prior to performing work on material deemed critical by FRC-SE engineering support department. *12 classes of 8 per year Hole Quality Recertification Course (16hrs) ? 36 month recertification of special skill for class above. *14 classes of 8 per year Corrosion Familiarization Basic Course (4hrs) ? for newly assigned FRC-SE personnel without any previous corrosion control training/background. Provides personnel with theory and development of corrosion, corrosion preventive maintenance, training objectives of the corrosion control program. *12 classes of up to 28 per year *Minimum number, additional classes added as need arises. The Contractor shall submit to the Government proof of certification for all intended instructors. The Contractor shall be responsible for delivering the products and services specified in the PWS and the Contract Data Requirement List (CDRL). All documentation for this project shall be the exclusive property of the Government and shall be delivered to the Government in the format and at the time specified in this document or the CDRL. The Contractor agrees to ensure the proper and authorized use of the Government-furnished utility vehicle and acknowledges liability for damages occurring during its use. The Contractor will return all Government Furnished Equipment (GFE) and Government Furnished Material (GFM) to the Government within thirty (30) days of the expiration of this order in the same condition as received. In accordance with FAR 52.212-1 INSTRUCTION TO OFFERORS ? COMMERCIAL ITEMS (JAN 2006) is incorporated by reference and applies to this acquisition. Offeror must complete and submit with proposal, FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items and DFAR 252.212-7000 Offerors Representations and Certifications ? Commercial Items. The provisions at FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) does not apply to this acquisition. The Government may award a contract resulting from this solicitation to the offeror whose offer conforms to the technical requirements of this solicitation and is determined to have offered the lowest cost. Offeror shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (NOV 2006) ALT I (APR 2002) with its quote. FAR 52.214-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (FEB 2007) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OE EXECUTIVE ORDERS ? COMMERCIAL ITEMS (JUN 2007) applies to this acquisition. The following FAR clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1 Instructions to Offerors ? Commercial Items (SEP 2006); FAR 52.212-3 Offerors Representations and Certification ? Commercial Items (NOV 2006); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2007); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (FEB 2007; FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (JAN 2006); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans. Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006); FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006); FAR 52.227-1 Authorization and Consent (JUL 1995); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.242-13 Bankruptcy (JUL 1995); FAR 52.243-5 Changes and Conditions (APR 1984); FAR 52.244-6 Subcontractors for Commercial Items (MAR 2006); FAR 52.246-1 Contractor Inspection Requirements (APR 1984); DFAR 252.212-7000 Offerors Representations and Certifications-Commercial Items (JUN 2005) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007); DFAR 252.225-7000 Buy American Act ? Balance of Payment Program Certificate (JUN 2005); DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (MAR 2007); 5252.201-9501 Designation of Contracting Officer?s Representative (COR) (OCT 1994); 5252.211-9507 Period of Performance (NAVAIR) (MAR 1999); 5252.232-9504 Instructions to Paying Office (NAVAIR)(MAY 2006); 5252.232-9511; 5252.232-9513 Invoicing Instructions and Payment (WAWF INSTRUCTIONS) (NAVAIR) (NOV 2006); 5252.242-9511 Contract Administration Data (NAVAIR) (JUN 2006); 5252.243-9504 Authorized Changes Only By The Contracting Officer (NAVAIR) (JAN 1992); 5252.247-9514 Technical Package Instructions (NAVAIR) (SEP 1999). Offerors must be registered in the Central Contractor Registration (CCR) Lack of registeration in the CCR will make offeror ineligible for award. Information may be obtained by calling 888-227-2423 or via the Internet at www.ccr.gov. Proposals shall be submitted on 81/2 X 11-inch paper with printing on one side only. The proposal should be single-spaced with margins at one inch (right, left, top, and bottom). One proposal and three copies shall be received at the below address by hard copy or email no later than the closing date. FAR provision 52.212-3 and/or DFARS 252.225-7000 provision shall be submitted with the offeror's proposal. Offerors must be registered in the Central Contractor Registration (CCR). Lack of registration in the CCR will make offeror ineligible for award. Information may be obtained by calling 888-227-2423 or via the Internet at www.ccr.gov. Proposals are due by 2:00 PM EST, 14 September 2007 to Fleet Readiness Center Jacksonville, Contracts Management Office (Code 2.5.1.6.4), Cecil Commerce Center, 6206 Aviation Avenue, Room 120, Jacksonville, Florida 32212-1812. ATTN: Kay Eichholz, Email: kay.eichholz@navy.mil. Proposals shall be submitted on 8 X 11 inch paper with printing on one side only. The proposal should be printed in type no smaller than 12 point, no reduction permitted. Further inquiries regarding this notice or requests for a copy of the CDRLs, Performance Statement of Work, and Performance Standards for this effort will be posted on the NAVAIR Website Doing Business Link at: http://www.navair.navy.mil under Solicitation Number N65886-08-P5-AC002. Upon reaching the home page select Doing Business location at the top left portion of the page followed by Doing Business with Us, Open Solicitation, and enters the solicitation number. Questions should be directed via email to Kay.eichholz@navy.mil; telephone 904-317-1989 or fax 904-317-1991; questions must be received in writing no later than 5 calendar days before the closing date of this solicitation.
 
Place of Performance
Address: Fleet Readiness Center Southeast, Jacksonville, Jacksonville, Florida
Zip Code: 32212
Country: UNITED STATES
 
Record
SN01419325-W 20070926/070924224906 (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.