Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
MODIFICATION

U -- Electrical Safework Courses - Amendment 1

Notice Date
9/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-12-R-PBP003
 
Archive Date
10/22/2011
 
Point of Contact
Robert Mann-Thompson, Phone: 2024753252, Tarcy Thompson, Phone: 2024753781
 
E-Mail Address
robert.a.mann-thompson@uscg.mil, tarcy.thompson@uscg.mil
(robert.a.mann-thompson@uscg.mil, tarcy.thompson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Q&A for HSCG23-12-R-PBP003. Amendment #00001 to HSCG23-12-R-PBP003. SEE ATTACHMENTS FOR AMENDMENT #00001 AND Q&A. SOLICITATION NUMBER: HSCG23-12-R-PBP003 NOTICE TYPE: Combined Synopsis/Solicitation DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as applicable and 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. The solicitation number is HSCG23-12-R-PBP003 and is being issued as a Request for Proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 with a size standard of $7 million. This is a total small business set-aside. This solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 (August 4, 2011). The U.S. Coast Guard intends to establish a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure training support services for the U.S. Coast Guard Force Command (FC-51) with an order period of five (5) years. This procurement will include a requirement for training services in support of Electrical Safe Work Practices courses. A minimum of one (1) class during the period of performance of the contract, and up to a maximum of three (3) classes per contract year. The guaranteed minimum order is one (1) class during the period of performance of the contract. This procurement will consist of the following Contract Line Items: Year One CLIN: 00001 Description: Electrical Safe Work Course Quantity: Max of 3 Courses Unit: Each Unit Price: ______________ Total: ________________ Year Two CLIN: 10001 Description: Electrical Safe Work Course Quantity: Max of 3 Courses Unit: Each Unit Price: ______________ Total: ________________ Year Three CLIN: 20001 Description: Electrical Safe Work Course Quantity: Max of 3 Courses Unit: Each Unit Price: ______________ Total: ________________ Year Four CLIN: 30001 Description: Electrical Safe Work Course Quantity: Max of 3 Courses Unit: Each Unit Price: ______________ Total: ________________ Year Five CLIN: 40001 Description: Electrical Safe Work Course Quantity: Max of 3 Courses Unit: Each Unit Price: ______________ Total: ________________ Description of requirements for the items to be acquired - All services and deliverables shall be in accordance with the Performance Work Statement (PWS) provided below. The dates and location of services provision and acceptance will be set forth on each Task Order. The following FAR and CG-912 provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: FAR 52.212-1 - Instructions to Offerors - Commercial Items (June 2008) and is supplemented as follows: QUESTION SUBMISSION DEADLINE: Any questions should be submitted in writing via email to Tarcy.Thompson@uscg.mil, no later than 14:00 pm ET on September 23, 2011. PROPOSAL SUBMISSION DEADLINE: Vendors shall submit an electronic version of the proposal in MS Word, MS Excel, or Adobe PDF file format by 14:00 ET on October 7, 2011 via email to Tarcy.Thompson@uscg.mil. ADDITIONAL DOCUMENTATION: Any documentation that supports compliance with the evaluation criteria and requirements including, but not limited to, résumés, syllabi, course evaluations, and other necessary documents should be submitted with the proposal. FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999), and is supplemented as follows: This is a best value trade-off acquisition. The Government will award a single contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price and all other evaluation factors considered. Selection and award of the resultant contract award will be based on a review of the offeror's technical approach (including subfactors), the offeror's relevant past performance, and the offeror's price. The Technical Approach subfactors are equal in weight. Technical Approach is more important than Past Performance. When combined, they are more important than Price. The Government reserves the right to award to other than the lowest price offerors. The following factors shall be used to evaluate offers to determine best value: Factor 1: Technical Approach - The Government will evaluate each offeror's Technical Proposal, including their sample syllabus/course agenda, sample course outlines, sample student critiques, sample student manuals and staffing plans (including résumés) in order to determine their capacity to perform all the requirements outlined in the PWS. Factor 2: Relevant Past Performance - Provide three (3) relevant past performance information for services directly related and relevant to the services to be performed under the PWS. To be considered relevant, the services must have been performed within the past three years. The government reserves its right to obtain relevant past performance information of other sources. Factor 3: Price - The Government will evaluate the total overall price to determine price reasonableness. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010) REQUEST FOR PAYMENT - In accordance with invoice procedures outlined in FAR 52.212-4(g) Invoice, please e-mail each invoice to the following e-mail addresses: CG-9121-Invoices@uscg.mil, Tarcy.Thompson@uscg.mil, and Thomas.A.Cinko@uscg.mil. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (August 2011). Clause 52.212-5 further incorporates the following: 52.203-6 (Sept. 2006), 52.203-13 (Dec. 2008), 52.209-6 (Sept 2006), 52.219-8 (May 2004), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb. 1999), 52.222-26 (Mar 2007), 52.222-36 (Sept. 2006), 52.222-36 (Jun 1998), 52.222-37 (Sept. 2006), 52.222-41 (Nov 2007), 52-222-43 (Sept. 2009), 52.223-18 (Sep 2010), 52.225-13 (June 2008), and 52.232-33 (Oct 2003). As indicated by reference to FAR 52.222-41, the Service Contract Act applies to this contract and requires the Offeror to abide by the applicable Wage Determination for the service site. At present, the service site is unknown because the solicited training services will be held at various USCG sites; however, the primary places of performance are USCG Training Centers in Yorktown, VA and Petaluma, CA. FAR 52.227-14 - Rights in Data - General (Dec 2007) FAR 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the contract expires. FAR 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days of its expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm HSAR 3052.209-72 - ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting, if applicable, will be specified on each task order. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. ADDITIONAL CLAUSES AND PROVISIONS Privacy The Contractor shall be subject to the Privacy Act when handling relevant data and materials and shall comply with COMDTINST M5260.2 (Privacy and Freedom of Information Act Manual). The Contractor staff shall attend Government led Privacy Act Training prior to handling relevant data and materials. Adherence to Regulations and Notices. The Contractor shall ensure that its personnel adhere to the policies promulgated in USCG Regulations, Federal Regulations, Commandant Instructions and Notices. Professional Appearance. The Contractor's employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security and the United States Coast Guard. If the Government feels there is a problem with a Contractor's appearance; the issue will be brought to the attention of the KO who will report the issue to the Contractor. Employee Conduct. Contractor's employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded under this contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. Protection of Information. Contractor access to information protected under the Privacy Act is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. Notice For Filing Agency Protests It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement 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 interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695 Contracting Office Address: USCG Headquarters (CG-9121) 2100 2nd St. SW Washington, DC 20593-0001 Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3781 Point of Contact: Tarcy Thompson Contract Specialist Tarcy.Thompson@uscg.mil Phone: 202-475-3781 PERFORMANCE WORK STATEMENT DATED: 08/31/2011 1.0 GENERAL. 1.1 SCOPE. The U.S. Coast Guard (USCG) Office of Safety and Environmental Health has a requirement for training support services involving classroom instruction for a two-day Electrical Safe Work Practices course (Code 501152) to a class size of 10 to 15 students. Training shall be held at the following locations: TRACEN Yorktown, Yorktown, VA and TRACEN Petaluma, Petaluma, CA. USCG intends to fulfill this requirement by awarding a fixed-price contract for one year with four option years. The Government has the option to add sessions to, or substitute for, the sessions listed in this PWS if agreed to by the Contractor and the USCG. 1.2 BACKGROUND. The training mission of the USCG is to provide quality safety, health, and environmental training to selected personnel in order to enhance skills at the basic, intermediate, and advanced levels in order to prepare personnel in their designated specialty or field. The primary objective of the Electrical Safe Work Practices course is to train USCG personnel in safe work practices which meet OSHA's electrical safety standards and provide USCG personnel knowledge to safely perform work. The Electrical Safe Work Practices course reviews electrical hazards in the home and on the job, electrical hazard recognition, OSHA and NFPA 70E lockout procedures, inspection test instruments, accident investigation, electrical risk assessment and the proper selection and use of personal protective equipment requirements. The purpose of this course is to provide students with the technical knowledge and skills to successfully perform Electrical Safe Work Practices during routine electrical work, equipment inspections and safety inspections by USCG military and civilian personnel. This will enable students to evaluate USCG facility compliance to meet safety standards and reduce risk of electrical hazards. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under the Contract. The Project Manager is further designated as Key by the Government (see PWS 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Technical Representative (COTR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under the Contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 0800 and 1630 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this PWS. The following personnel are further designated as Key by the Government (see PWS 1.4): 1.3.2.1 Specific Personnel Requirements - Instructor(s). The Contractor shall provide qualified Instructor personnel who meet the following requirements: • The Instructor shall be or have been a Master Electrician and/or Electrical Engineer and have over 12 years instructional experience. Instructor shall demonstrate high personal standards of integrity, grooming, conduct and speech. 1.3.2.2 Once an instructor(s) has become "established" teaching this course (i.e. instructed at least one (1) course), if any "new" instructors must be brought in to teach the course, a transition period shall be provided for continuity whereby the new instructor shall teach at least one convening with a previously "established" instructor. The government will monitor his/her progress through a review of student critiques and, if necessary, a technical review. It is expected that the instructional staff remain reasonably constant throughout the duration of the Contract. 1.3.2.3 The Contractor shall possess a knowledge and understanding of the type of educational techniques outlined in this PWS. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government-issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.3.2 Contractor employees shall obtain a permit/decal as required by the visited activity security office as necessary to enter the work sites. 1.3.4 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security (DHS) and the USCG. 1.3.4.1 Contractor employees shall abide by the rules and regulations concerning the maintenance of personal standards for instructor integrity, grooming, conduct, speech, and student fraternization. The morale and motivation of student and instructional personnel must be maintained at a high level to ensure a favorable learning environment. 1.3.4.2 The Contractor shall ensure that all instructors and supervisors maintain a standard of grooming and personal appearance that reflects a high degree of pride in themselves and in their employees, and in keeping with their position as a professional in a military environment. It must be recognized that this instruction is provided at a highly visible USCG Activity and is very much in the "public eye." As such, it is imperative that extraordinary standards of dress and grooming be observed. 1.3.4.2.1 Hair should be neat, clean, and present a well-groomed appearance. A sport shirt, slacks and hard soled shoes, at a minimum, are required for male instructors; female instructors shall dress appropriately. Soft soled shoes (tennis, gym, or jogging) are not appropriate. "T-shirts" worn as pictures are not allowed. Blue jeans or denim trousers are not allowed. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from USCG facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any Contract awarded. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the Contracting Officer. The Government may designate additional Contractor personnel as Key at the time of award. 1.5 SECURITY. Contractor access to classified information is not currently required under the Contract. 1.6 PERIOD OF PERFORMANCE. The period of performance is one (1) year from the date of award, with four (4) one year option periods. 1.6.1 The Contractor will be notified of session schedules upon award of contract but not less than thirty (30) days prior to convening of the first session. 1.6.2 It is anticipated that there will be three (3) course sessions scheduled in the base year and each option year as follows: TRACEN Yorktown, Yorktown, VA (two (2) sessions) and TRACEN Petaluma, Petaluma, CA (one (1) session). The Contractor will be notified of class schedules upon election of any option period, but not less than thirty (30) days prior to convening of the first class. 1.7 PLACE OF PERFORMANCE. The primary places of performance will be USCG Training Centers in Yorktown, VA and Petaluma, CA. 1.8 HOURS OF OPERATION. Contractor employees shall generally perform all work between the hours of 0800 and 1630, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under the Contract. 1.8.1 Occasional non-standard training days may be required by emergencies, and operational commitments; therefore, in these cases, as much prior notification as possible will be provided to the Contractor. However, the course is designed for whole days and should not vary substantially from this format, e.g., ending after a half-day on the last day, two-hour lunches or ending class two hours early on days in the middle of the week. Likewise, extending past the normal ending time can only be done with the student's option since many students may have off-hour commitments. 1.9 TRAVEL. Contractor travel may be required to support the Contract. All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Federal Travel Regulations. The Contractor shall be responsible for obtaining COTR approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.9.1 Travel locations or Limitations. Travel may be to a USCG Unit within the contiguous forty-eight states, Alaska and Hawaii. 1.10 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of this requirement and review the Contractor's project plan. The Kick-Off Meeting will be held at the Government's facility. 1.11 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the Contracting Officer and COTR not later than five (5) business days after the Kick-Off Meeting. 1.12 STATUS REPORTS. The Project Manager shall provide a progress report to the Contracting Officer and COTR via electronic mail within thirty (30) days of the conclusion of each training session. This report shall include a summary of all Contractor work performed, including an assessment of technical progress, schedule status, any travel conducted and any Contractor concerns or recommendations for the previous period. 1.13 STATUS MEETINGS. The Project Manager shall be available to meet with the Contracting Officer and COTR upon request to present deliverables, discuss status, exchange information and resolve emergent technical problems and issues. These meetings shall take place at the Government's facility or by telephone. 1.14 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with USCG Standard Workstation (Windows Server 2003 and Microsoft Office Applications). 1.15 PERFORMANCE REQUIREMENTS SUMMARY. PWS 8.0 includes a Performance Requirements Summary (PRS). In general, the PRS sets forth the expected outcomes (objectives) of the Contract, the service(s) required of the Contractor to achieve the objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the Contractor does not meet the performance standard. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including incentives/deductions/withholdings in payment in accordance with any clause for inspection of services. 1.16 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under the Contract shall be considered Government property. 1.16.1 All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of the Contract shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.17 PROTECTION OF INFORMATION. Contractor access to proprietary information is required under the Contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6). 1.18 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All Electronic Information Technology (EIT) deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.24 - Video and Multimedia Products, applies to all video and multimedia products that are procured or developed under this work statement. Any video or multimedia presentation shall also comply with the software standards (1194.21) when the presentation is through the use of a Web or Software application interface having user controls available. 36 CFR 1194.31 - Functional Performance Criteria applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires approval from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 36 CFR 1194.3(b) - Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 ACRONYMS CIN - Course Identification Number COTR - Contracting Officers Representative CP - Contingency Plan NFPA - National Fire Protection Association OSH - Occupational Safety and Health OSHA - Occupational Safety and Health Administration POC - Point of Contact PWS - Performance Work Statement QCP - Quality Control Plan SEH - Safety and Environmental Health SME - Subject Matter Expert USCG - United States Coast Guard 2.2 DEFINITIONS A demonstration is a method of instruction whereby the instructor(s) actually performs the procedures or tasks that are being reviewed. A workshop is a method of instruction whereby the students are allowed to perform the procedures or tasks that have been demonstrated to them by the instructor(s). Workshops must be accomplished under the supervision of the instructor(s). Training equipment is material that OSH and environmental professionals may encounter in the performance of their duties, i.e., respirators, monitoring equipment, protective clothing, etc. 3.0 GOVERNMENT FURNISHED PROPERTY AND INFORMATION. The Government will provide the following property and information to the Contractor for work required under the Contract: 3.1 GOVERNMENT FURNISHED INFORMATION The Government will provide a roster of students to the Contractor no later than 30 days prior to required date of the session. The maximum class size is fifteen (15) students. 3.1.1 The Government reserves the right to cancel a convening with fewer than ten (10) students at no cost/penalty to the government. The Contractor will be notified no later than twenty-one (21) days prior to the first day of the class, if the minimum class size is not met. 3.1.2 The Government reserves the right to exceed the class size on a case-by-case, limited basis at no extra cost to the Government if agreed to in advance by the COTR and the Contractor. 3.2 GOVERNMENT FURNISHED PROPERTY The Government will provide the following equipment for off-site Contractor use in performing work under the Contract: 3.2.1 The Government will provide classroom space, with chalk/dry marker boards, and standard audiovisual equipment (overhead projector, remotely controlled slide projector, projection screen, VCR, and monitor) for the course. For classes taught at TRACEN Yorktown, the Government will provide projection systems for computer-generated graphics. However, for locations other than TRACEN Yorktown, provision of these projection systems will be the responsibility of the Contractor. 3.2.2 The Contractor shall conform to all current and applicable USCG and local command instructions regarding physical security and key control. The Contractor shall maintain key control over assigned keys. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of the Contract, except for the Government Furnished Resources specified in PWS 3.0 and 5.0 of this work statement. At a minimum, the Contractor shall provide the following: • Course Training outline • Power Point Disks • Training Videos • Handout Materials • Test and Training completion certificates for personnel completing course 5.0 REQUIREMENTS. The Contractor shall provide classroom instruction for a two-day Electrical Safe Work Practices course (Code 501152) to a class size of 10 to 15 students. Training shall be held at the following locations: TRACEN Yorktown, Yorktown, VA and TRACEN Petaluma, Petaluma, CA. 5.1 INSTRUCTOR SUPPORT The Contractor's Instructor(s) shall maintain an environment conducive to learning and shall provide the following: 5.1.1 Maintain a high standard of professional qualifications in instructional and technical areas. 5.1.2 Utilize Government approved Instructor guide for this course and personalize it for each subject matter area as needed. 5.1.3 Recommend curriculum changes to course for approval by COTR prior to implementation. 5.1.4 Maintain qualifications in instructional techniques, training aids, training equipment, training devices and instructional material required to teach assigned topics. 5.1.5 Prepare the classroom for instruction (e.g., assemble course material as required, ensure course materials are brought into classroom,, arrange tables and chairs, layout course materials for each student) and ensure classroom is left in an orderly fashion at the end of each day, especially on the last day of the class. 5.1.6 Upon request of the appropriate authority, make academic comments concerning students. 5.1.7 Ensure a dignified, harmonious and professional classroom atmosphere. 5.1.8 Administer, grade and review examinations, as necessary. 5.1.9 Report all problem areas related to assigned duties and responsibilities to the COTR. 5.1.10 Teach all assigned topics, in accordance with contract requirements, effectively utilizing allotted time. 5.1.11 Inventory and account for assigned classroom/lab training equipment, submitting missing item reports to the COTR. 5.1.12 Perform operational check on assigned training equipment, devices and aids. 5.1.13 Refer unresolved students' disciplinary problems to the appropriate military authority. 5.1.14 Monitor students to ensure safe usage of all training equipment, devices and training aids. 5.2 COURSE CRITERIA The Contractor shall instruct a group-paced, criterion referenced, instructor managed, student participation, lecture/laboratory type instructional system that uses firmly established training procedures. All procedures shall be accomplished in accordance with the latest instructional methodology. Upon completion of this course, the students will be able to: 5.2.1 Perform Electrical Safe Work Practices during routine electrical work, equipment inspections and safety inspections by USCG military and civilian personnel. 5.2.2 Recognize electrical hazards in the home and on the job. 5.2.3 Perform OSHA 29 CFR 1910 and NFPA 70E lockout procedures. 5.2.4 Utilize inspection test instruments. 5.2.5 Perform accident investigation. 5.2.6 Perform electrical risk assessment. 5.2.7 Properly select and use of personal protective equipment requirements. 5.3 COURSE CURRICULUM The Contractor shall provide training for the USCG using learning materials, equipment and methodologies to produce a graduate that satisfies the USCG's training mission. At a minimum, the curriculum shall address the following: 5.3.1 Electrical safe work practices, qualified person, hazards, required PPE, standards. 5.3.2 Left hand rule, Lock-out/Tag-out (LOTO), Electrical terms, circuits. 5.3.3 Grounding, clinical spectrum of electrical injuries, internal and external body results. 5.3.4 Let go current threshold, contraction, paralysis, heart dysfunction, and 1000 ohm/volt. 5.3.5 Living and Non-living areas, cords, OSHA standards. 5.3.6 Electrical hazard recognition, examples, explanation, standards, terms. 5.3.7 Electrocution triangle, protection triangle, effects of electrical current vs time. 5.3.8 Five types of Ground Fault Curcuit Interrupter, loose connections, I2R, fire, demo of safety test equipment- results. 5.3.9 Hazard associated with fallen power lines, equipment contact, and voltage gradients. 5.3.10 Standards, hazard recognition, etc. 5.3.11 Systems, system grounding, equipment grounding, installation earthing, etc. 5.3.12 Electrostatic spark ignition, lightning, static, fuel dispensing, gas containers, etc. 5.4 COURSE COMPLETION AND CRITIQUES 5.4.1 The Contractor shall administer a written test to each member of the class at the end of the session and the results will be recorded. The Contractor may administer written quizzes as necessary. 5.4.2 The Contractor shall provide graduation certificates for the course. These certificates shall be filled out by the Contractor at the end of each session and passed out to students who have successfully completed the course. 5.4.3 Contractor will complete a non-completion record for each student who does not complete the course. 5.4.3.1 Any student missing more than 20% of a session will fail the course and not receive a graduation certificate. The contract instructor should contact the COTR immediately to discuss the student/s situation. The government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 5.4.4 Contractor Instructors will be evaluated by Government SME's and by student critiques. Contractor shall ensure that a student roster is completed and submitted to the appropriate POC and that student critiques are completed. 5.4.5 The Contractor will submit to the COTR a course completion report within thirty (30) days after the end of each session. The report shall include, as a minimum, a student roster, student critiques, test results and instructor comments/observations. 5.4.5.1 Based on feedback received from student critiques, the Contractor shall submit to the COTR recommendations for changes to the curriculum for upcoming training sessions. Upon agreement between the Contractor and the Government (see PWS 5.1.3), the Contractor shall implement the changes to the curriculum and provide an updated version to the Government not later than thirty (30) days prior to the upcoming training session. 5.4.6 The Contractor shall conduct an investigation into all accidents occurring on government property involving contract employees and report the findings in writing of such an investigation to the COR within three (3) calendar days after the occurrence. When required, the contractor shall provide input for reporting accidents involving USCG students. 5.4.7 The Contractor shall establish, maintain and monitor the quality control of the services provided here under via a detailed QCP clearly stating his/her procedures for ensuring quality. As part of the plan, the Contractor shall establish and maintain an instructor evaluation system. Records of all instructor evaluations for contract employees shall be kept current, complete and available to the Contracting Officer, or COTR upon request during the performance of the Contract. 6.0 REFERENCES. 6.1 OSHA 29CFR 1910.147 - http://www.osha.gov/pls/oshaweb/owadisp.show_document?p_id=9804&p_table=STANDARDS 6.2 NFPA 70E, National Electrical Code 7.0 DELIVERABLES. The Contractor shall consider items in BOLD as having mandatory due dates. 1: Kick-Off Meeting (PWS 1.10) - Due not later than five (5) business days after the date of award. 2: Draft contractor project plan (PWS 1.10; 1.11) - Due not later than the kick-off meeting. 3: Final Contractor Project Plan (PWS 1.10; 1.11) - Due not later than five (5) business days after the kick-off meeting 4: Progress Reports (PWS 1.12) - Due Within thirty (30) days after each class convening 5: Course Training Outline (PWS 4.0; 5.1) - Due no later than the kick-off meeting. 6: Student Manuals (PWS 4.0; 5.1) - Due no later than five (5) business days after the kick-off meeting. 7: Course Instruction (PWS 1.6) - See PWS 1.6. 8: Course Completion Reports (PWS 5.4.5) - Due within thirty (30) days after the end of each class convening. 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). The PRS table below reflects the deliverables considered by the USCG to be important for the successful performance of the Contract. This includes the expected standards of performance. The PRS is not an exclusive remedy and inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms, including incentives/reductions in payment in accordance with any clause for inspection of services. Objective 1: Instructional Expertise Required Service: Contractor personnel assigned to teach a course shall have expertise in the subject area and instructional experience. (PWS 1.3.2, 5.0) Performance Standard: The Instructor shall be or have been a Master Electrician and/or Electrical Engineer and have over 12 years instructional experience. Contractor personnel shall be familiar with all initial presentation procedures, training aids, devices and equipment associated with the course and shall receive positive evaluations by the students and government personnel. Incentives/Reductions: If determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance evaluation. Objective 2: Quality Instruction and Classroom Management Required Service: Quality instructor performance capable of ascertaining the level of the class' knowledge and teaching at that level capable of controlling the discipline of the class (e.g., not allowing disruptive side conversations to occur during the instructor's presentation of the course material) (PWS 5.0, 5.1) Performance Standard: Regularly on-time for class; Prepared to teach; Organized, quality time management, following the syllabus; Able to answer students' questions; Maintain regular class schedule (not dismissing class more than an hour before dismissal time); Use of appropriate language (no vulgar, sexist, racist, or language that shows disrespect for the students) Incentives/Reductions: If determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance evaluation. Objective 3: Complete Course Tests and Critiques Required Service: Contractor shall administer a written test to each member of the class at the end of the course and the results recorded. (PWS 5.4.1) Contractor shall submit to the COTR a course completion report within thirty (30) days after the end of each session.(PWS 5.4.5) Performance Standard: Administer written test of materials covered during course session. Report shall include student roster, critiques, test results and instructor comments. Incentives/Reductions: If determined to be unacceptable to the COTR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-R-PBP003/listing.html)
 
Place of Performance
Address: Primary places of performance will be USCG Training Center in Yorktown, VA and USCG Training Center in Petaluma, CA., Yorktown, Virginia, United States
 
Record
SN02600182-W 20111002/111001000557-a46e508c8707c7a45347363b6f18c656 (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.