Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOLICITATION NOTICE

76 -- TRADES TRAINING PROGRAM INSTRUCTOR - BLUE PRINT READING

Notice Date
11/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323119 — Other Commercial Printing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-12-Q-60682
 
Archive Date
12/14/2011
 
Point of Contact
Lechert, Phone: 4107626920
 
E-Mail Address
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-12-Q-60682 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective 02 Nov 2011. (iv) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 323119 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on an all or none basis and lowest technically acceptable price. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) The United States Coast Guard Engineering Logistics Center has a requirement for the following items: ITEM NO. 0001: TRADES TRAINING PROGRAM INSTRUCTOR - BLUE PRINT READING. TRADES TRAINING PROGRAM INSTRUCTOR TO INSTRUCT INTRODUCTION TO BLUE PRINT READING TO PROMOTE AND ASSURE THAT THE YARD MAINTAINS EXPERTISE IN THE MARINE TRADES. SOLCITATION OF A CONTRACTOR AS PER THE STATEMENT OF WORK. PERFORMANCE PERIOD TO BE COVERED IS THE FALL 2012 SEMESTER WHICH IS THE SECOND SEMESTER FOR THE 2015 GRADUATING CLASS. QUANTITY: 1 UNIT: JOB HOURLY RATE: ESTIMATED TOTAL AMOUNT: ITEM NO. 0002: TRADES TRAINING PROGRAM INSTRUCTOR -BLUE PRINT READING TO PROMOTE AND ASSURE THAT THE YARD MAINTAINS EXPERTISE IN THE MARINE TRADES. SOLICATION OF A CONTRACTOR AS PER THE STATEMENT OF WORK. PERFORMANCE PERIOD TO BE COVERED IS THE SPRING 2013 SEMESTER WHICH IS THE THIRD SEMESTER FOR THE 2015 GRADUATING CLASS. QUANTITY: 1 UNIT: JOB HOURLY RATE: ESTIMATED TOTAL AMOUNT: Contractor shall be required to instruct Blue Print Reading portion of its Trades Training Program and to consult with the Coast Guard Yard's Trades Training Program Advisory Committee on program policy and curriculum to assure that the YARD maintains the expertise in their Blue Print Reading trade. Instructor shall be responsible for making lesson plans, presenting course material, maintaining attendance records, maintaining discipline in the classroom, and issuing grades. Each semester shall be up to eighteen (18) weeks, four (4) hours of instruction per week. First semester shall begin the Fall of 2012. Instructor shall be required to attend two (2) Trades Training Committee meetings per month. The meetings will be two (2) hours in duration each. The U. S. Coast Guard YARD shall supply basic materials including text books. Additionally, the Coast Guard will supply the training facility where office space, computer, and telephone will be made available for use. Rates shall include all costs to perform the required services, including but not limited to, travel and per diem. STATEMENT OF WORK: The United States Cost Guard Shipyard requires a contractor to instruct the Marine Blue Print Reading portion of its Trades Training Program and to consult with the Coast Guard Yard's Trades Training Program Advisory Committee on a program policy and curriculum to assure that the Yard maintains expertise in their Marine Blue Print Reading Trade. This need has been identified as critical to economic efficiency of the Coast Guard Yard. The Yard's Executive Steering Committee has prepared an outline and curriculum for the program. To facilitate the program the Yard requires outside expertise to instruct students in this course and to provide advice on future program direction. The following Statement of Work (SOW) details the skills, knowledge, and abilities needed from a Training Instructor. Provider shall have knowledge in all areas listed in Paragraph (A): A) Contractor must have in depth knowledge and provide documentation for the following: 1) The Marine Blue Print Reading to include all shipyard marine trades including marine engineering and how they interact with one another. 2) Safety practices and how they affect the operating environment of a shipyard. 3) Quality Management Program as it plays in the day to day duties of shop personnel. 4) In depth knowledge of the Marine Blue Print Reading to include state of the art techniques used in industry today. Contractor shall have extensive experience in the Marine Blue Print Reading. 5) The capability to provide instruction as part of the Trades Training Program to include: preparation, grading, and classroom instruction as required. B) The Coast Guard Yard will supply all training materials including the curriculum and text books. Additionally, the Coast Guard Yard will supply the training facility, office space, computer, and telephone will be made available for use on this project. C) The instructor shall be responsible for making lesson plans, presenting course material, maintaining attendance records, maintaining discipline in the classroom and issuing grades. D) The instructor shall have completed an apprenticeship or equivalent program which included Marine Blue Print Reading and have served as a journey men in a Marine Trade. E) The performance period: 1) Two eighteen week semesters 2) Four hours of instruction to take place one day per week. 3) Day and time to be determined although training hours will take place between the hours of 7a.m. and 4 p.m. Monday thru Friday. PLACE OF PERFORMANCE: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. 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: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695. (vi) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (vii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order 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: Price: The Government will evaluate offers based on best value. Technical Capability: Authorized OEM Distributor. Delivery Time: Delivery time and technical ability is more important than price. (viii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2011) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. (ix) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (x) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Nov 2011) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6. (3) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). (4) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (5) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (6) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (7) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (8) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (9) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) (38 U.S.C. 4212). (10) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (11) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (12) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (13) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (xi) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Quotes are due by December 13, 2011 @ 12:00 PM EST. Questions and quotes may be emailed to kathleen.m.lechert@uscg.mil. Contractors are responsible for verifying receipt of quotes. (xiii) POC is Kathy Lechert, Purchasing Agent, 410-762-6920.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-60682/listing.html)
 
Record
SN02630804-W 20111202/111130234401-82ed2adb5caf74c0b2e143fead650a83 (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.