Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

U -- 2 FAA Certification Courses: Airframe and Powerplant and Inspection Authorization

Notice Date
1/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611691 — Exam Preparation and Tutoring
 
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-Q-PBF014
 
Archive Date
2/11/2012
 
Point of Contact
James R. Robinson, Phone: 2024753786, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
James.R.Robinson@uscg.mil, robert.a.mann-thompson@uscg.mil
(James.R.Robinson@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS: This is a combined synopsis/solicitation to fulfill U.S. Coast Guard quotes for: 1. FAA Airframe and Power Plant Certification Courses 2. FAA Inspection Authorization Certification Courses This solicitation is a Request for Quotation and has been prepared in accordance with the Federal Acquisition Regulation (FAR) Part 13. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. The solicitation number is HSCG23-12-Q-PBF014 and is being issued as a Request for Quote (RFQ). The associated North American Industrial Classification Systems (NAICS) code for this acquisition is 611691 (Exam Preparation and Tutoring) with a size standard of $7 million. This requirement is being issued as a small business set aside. The United States Coast Guard intends to award a single firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five year period of performance. The IDIQ will be awarded to fulfill the Coast Guard's training quotas for FAA certifications in accordance with the attached Performance Work Statement. The guaranteed minimum quantity will be one (1) quota over the five year ordering-period. This procurement will consist of the following Contract Line Items (CLINs): Year 1 CLIN: 00001 Description: - FAA Airframe and Power Plant Certification Maximum Quota(s): 6 CLIN: 00002 Description: - FAA Inspection Authorization Certification Maximum Quota(s): 2 --- Year 2 CLIN: 10001 Description: - FAA Airframe and Power Plant Certification Maximum Quota(s): 6 CLIN: 10002 Description: - FAA Inspection Authorization Certification Maximum Quota(s): 2 --- Year 3 CLIN: 20001 Description: - FAA Airframe and Power Plant Certification Maximum Quota(s): 6 CLIN: 20002 Description: - FAA Inspection Authorization Certification Maximum Quota(s): 2 --- Year 4 CLIN: 30001 Description: - FAA Airframe and Power Plant Certification Maximum Quota(s): 6 CLIN: 30002 Description: - FAA Inspection Authorization Certification Maximum Quota(s): 2 --- Year 5 CLIN: 40001 Description: - FAA Airframe and Power Plant Certification Maximum Quota(s): 6 CLIN: 40002 Description: - FAA Inspection Authorization Certification Maximum Quota(s): 2 SOLICITATION: SECTION I CONTRACT PROVISIONS FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jun 2008) (Addendum) SUBMISSION INSTRUCTIONS All quotes shall be submitted to the attention of the Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil on or before 1400 ET, on January 27, 2011. Due to USCG internet restrictions, electronic mail attachments over 5 MB in size shall not be accepted. Electronic documents submitted shall be compatible with Microsoft Vista. All offerors must be in the Central Contractor Registry (www.ccr.gov). Quotes shall be limited to 30 pages all inclusive with page numbers in sequential order. The page limits exclude resumes, course curriculums, and FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Quotes shall be submitted as three sections: Section 1: Technical approach for fulfilling the requirements of the PWS including instructor qualifications and curriculum Section 2: Relevant past performance Section 3: A spreadsheet with pricing and discounts offered for each CLIN The minimum font size is 11, excluding graphics and tables which may use a font size smaller than 11. All quotes shall be emailed. Quotes will be printed in black & white. QUESTIONS All questions or concerns regarding any aspect of this RFQ shall be forwarded to Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil by January 20, 2011 at 1400 ET, so that they can be addressed prior to the RFQ deadline for all offerors. (End of provision addendum) FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (Addendum) EVALUATION CRITEIA An IDIQ will be awarded to the company determined to represent the best value to the USCG. The tradeoff process will lead to an award decision that is made between the following price and non-priced evaluation factors: Factor 1: Technical Approach Factor 2: Relevant Past Performance Factor 3: Price For each factor, offerors are required to provide the information described below: Factor 1 - Technical Approach: The Government will evaluate each offeror's technical approach to determine their capacity to perform all the requirements outlined in the Performance Work Statement (PWS). Instructor qualifications and curriculum information will be evaluated to determine the offerors capability of fulfilling the requirements. A completed copy of the provision 52.212-3, Offeror Representation and Certification - Commercial Items, should be included in the offer. Factor 2 - Relevant Past Performance: The Government will evaluate the past performance of the offeror for relevancy. The offeror shall provide past performance information for services directly related and relevant to the services to be performed under the PWS. Past performance references must include contact information, dollar value, and a description of the work performed. To be considered relevant, the services must have been performed within the past three years. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. Factor 3 - Price: The Government will evaluate the total overall price to determine price reasonableness. Quoted prices will be compared against competition and ranked from the most expensive to the least expensive. (End of provision addendum) SECTION II ADDITIONAL CONTRACT CLAUSES AND PROVISIONS The following additional clauses and provisions are applicable to this procurement: • 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) • 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) • 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx • 52.204-7, Central Contractor Registration (Apr 2008) • 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008) • 52.217-8, Option Extend Services (Nov 1999) • 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (August 2011). The following clauses incorporated in 52.212-5 are applicable to this solicitation: o 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) o 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations o 52.219-8, Utilization of Small Business Concerns (Jan 2011) o 52.222-3, Convict Labor (Jun 2003) o 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) o 52.222-21, Prohibition of Segregated Facilities (Feb 1999) o 52.222-26, Equal Opportunity (Mar 2007) o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) o 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) o 52.222-41, Service Contract Act (Nov. 2007) o 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989_ o 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Sep. 2009) o 52.222-50, Combating Trafficking in Persons (Feb 2009) o 52.222-54, Employment Eligibility Verification (Jan 2009) o 52.222-54, Employment Eligibility Verification (JAN 2009) o 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996) o 52.233-4, Applicable law for Breach of Contract Claim (Oct 2004) o 52.249-1, Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984) o 52.252-2, Clauses incorporated by reference (Feb 1998) o 52.252-6, Authorized Deviations in Clauses (Apr 1984) The following clauses are hereby incorporated in full: FAR 52.216-22 -- Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the expiration of the period of performance. (End of Clause) 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 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 5 years. (End of clause) SECTION III CONTRACT ADMINISTRATION AND INVOICING REQUIREMENTS Invoicing and Payment Information for Contractors All contractors must be registered in the Central Contractor Registration (CCR): https://www.bpn.gov/ccr/default.aspx. The Data Universal Numbering System (DUNS) number is the primary identifier in Central Contractor Registration (CCR). Contractors are located and identified in CCR by their DUNS number. Therefore, to facilitate payment, it is in the contractor's best interest to ensure that the DUNS number is recorded on every invoice submitted to the US Coast Guard. Request for Payment (a) A request for payment is proper if it includes the items required by the clause at FAR 52.232-25, Prompt Payment [(a)(3)(i) through (a)(3)(ix)] and those items are accurate. If a request for payment does not include all the items required by the clause at FAR 52.232-25, Prompt Payment, or any information is inaccurate, then the request is not proper and shall be returned to the contractor with a statement of the reason(s) it is not proper. (b) Each invoice shall be e-mailed to the designated billing office at the following address: CG-9121-Invoices@uscg.mil. The Invoice Number, Contract Number, and Task Order Number (If applicable), Contracting Officer and Contract Specialist shall be identified in the email Subject Line. (c) Each invoice shall also be e-mailed to the Contract Specialist, and the COTR at the addresses cited below: James Robinson, Contract Specialist (James.R.Robinson@uscg.mil) and Roger Walker, COTR (Roger.L.Walker@uscg.mil). (d) The contractor shall submit SF 1034, Public Voucher for Purchases and Services Other Than Personal, and SF 1035, Public Voucher for Purchases and Services Other Than Personal (Continuation Sheet), or another form such as a company invoice to request payments under this contract. The forms or invoice must be completed as required by this clause. (e) The SF 1034 shall be completed in accordance with the following instructions: Block 1. U.S. DEPARTMENT, BUREAU OR ESTABLISHMENT, AND LOCATION Name and address of the contracting office which issued the contract. Block 2. DATE VOUCHER PREPARED Date voucher submitted to the designated billing office cited in the contract. Block 3. CONTRACT NO AND DATE Contract No. and, when applicable, the Order No. and date as shown on the award document. Block 4. REQUISITION NO. AND DATE Leave blank or fill-in in accordance with the instructions in the contract. Block 5. VOUCHER NO. Start with "1" and number consecutively. A separate series of Consecutive numbers must be used beginning with "1" for each contract number or order number (when applicable). Note: Insert the word "FINAL" if this is the last voucher. Block 6. SCHEDULE NO.; PAID BY; DATE INVOICE RECEIVED; DISCOUNT TERMS; PAYEE'S ACCOUNT NO.; SHIPPED FROM TO WEIGHT; GOVERNMENT B/L Leave all these blocks blank Block 7. PAYEE'S NAME AND ADDRESS Name and address of contractor as it appears on the contract. If the contract is assigned to a bank, also show "CONTRACT ASSIGNED" below the name and address of the contractor. Block 8. NUMBER AND DATE OF ORDER Leave blank. (See #3 above.) Block 9. DATE OF DELIVERY OR SERVICE The period for which the incurred costs are being claimed (e.g., month and year; beginning and ending date of services, etc.). Block 10. ARTICLES OR SERVICES Insert the following: "For detail, see the total amount of the claim transferred from the attached SF 1035, page X of X."One space below this line, insert the following: "COST REIMBURSABLE-PROVISIONAL PAYMENT." Block 11. QUANTITY; UNIT PRICE (COST; PER) Leave blank Block 12. AMOUNT Insert the total amount claimed from the last page of the SF 1035. Block 13. Payee must NOT use the space below. Do NOT write or type below this line. (f) The SF 1035 (Continuation Sheet) shall be completed in accordance with the instructions below. Use the same basic instructions for the SF 1035 as used for the SF 1034. Ensure that the contract and, if applicable, order number, are shown on each continuation sheet. Use as many sheets as necessary to show the information required by the contract, contracting officer, or cognizant audit agency; however, if more than one sheet of SF 1035 is used, each sheet shall be in numerical sequence. (g) The following items are generally entered below the line with Number and Date of Order; Date of Delivery or Service; Articles or Services; Quantity; Unit Price; and Amount (but do not necessarily tie to these captions). (1) Show, as applicable, the target or estimated costs, target or fixed-fee, and total contract value, as adjusted by any modifications to the contract or order. The FAR permits the contracting officer to withhold a percentage of fixed fee until a reserve is set aside in an amount that is considered necessary to protect the Government's interest. (2) Show the following items and supporting data as applicable to the contract or order: (h) Time-and-Materials, Labor-Hour. 1. Labor. List each contract line item number and corresponding labor category description and hourly rate, labor hours performed, and extended total labor dollars (hourly rate multiplied by labor hours performed) 2. Materials and Subcontracts (i) List each direct material item, quantity purchased, item cost, and extended total cost (quantity purchased multiplied by item cost). Cite any material handling costs allocated to direct materials. (j) List each authorized subcontract by subcontractor name. List each item or service, quantity purchased, item or service cost, and extended total cost (quantity purchased multiplied by item or service cost). 1. Travel. List the name and title of traveler, place of travel, and travel dates. If the travel claim is based on the actual costs expended, show the amount for the mode of travel (i.e., airline, private auto, taxi, etc.), lodging, meals, and other incidental expenses separately, on a daily basis. These actual costs must be supported with receipts to substantiate the costs paid. Cite any applicable indirect costs allocated to travel. 2. Total of 1 through 3. Enter this amount on the SF 1034. 3. Cumulative value of all previous requests for payment paid to date. (k) The last invoice submitted for all subsequent Task Orders placed off of this award shall be clearly labeled, "FINAL INVOICE." SECTION IV PERFORMANCE WORK STATEMENT CONTRACTOR TRAINING SUPPORT SERVICES FOR THE U.S. COAST GUARD, OFFICE OF SAFETY AND ENVIRONMENTAL HEALTH, AVIATION DIVISION (CG-1131) FAA CERTIFICATIONS 1.0 GENERAL. 1.1 SCOPE. This effort requires the Contractor to make available quotas in the two (2) listed short term instructional courses for maintenance of the Coast Guard's Gulfstream V (GV) aircraft. All classes will require the Contractor to provide classroom instruction (1) FAA Airframe and Power Plant (A&P) Certification Course - up to 6 quotas annually. (2) FAA Inspection Authorization (IA) Certification Course - up to 2 quotas annually. 1.2 BACKGROUND. The U.S. Coast Guard, Chief of Aeronautical Engineering, (CG-41) is responsible for all maintenance action performed by the aircraft mechanics and aircraft technicians at Air Station Washington, D.C (AS DC). The U.S. Coast Guard employs a bi-level maintenance structure. This structure consists of depot level maintenance and organizational maintenance. The U.S. Coast Guard Aviation Logistics Center located in Elizabeth City, NC coordinates depot level maintenance for all Coast Guard Aircraft. Each Air Station is responsible for completing organizational maintenance at their unit. The organizational maintenance performed by mechanics and technicians at AS DC provides safe and operable GV aircraft which are used to transport the Secretary of the Department of Homeland Security, the Commandant of the Coast Guard, and other dignitaries. The majority of Coast Guard aircraft are maintained and certified airworthy as a pubic aircraft under the Federal Aviation Regulations. The Coast Guard has chosen to maintain the civil aircraft airworthiness certification on its GV aircraft. As a result, the Coast Guard needs FAA certified mechanics and inspectors to maintain its GV aircraft. Traditionally, the Coast Guard would create and maintain an organic training capability for mechanics and inspectors responsible for maintaining GV Aircraft. However, since the Coast Guard operates a very limited quantity of GV aircraft, it is not cost effective for the Coast Guard to maintain an organic training capability. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Program Manager The Contractor shall provide a Program Manager who shall be responsible for all Contractor work performed under this contract. 1.3.2 The Program 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 Program Manager shall be one of the senior level employees provided by the Contractor for this work effort. During any absence of the Program Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Program Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Program Manager without prior approval from the Contracting Officer. The name of the Program Manager and the name of one alternate who shall act for the Contractor in the absence of the Program Manager shall be provided in writing to the Contracting Officer no later than (NLT) five (5) business days from date of contract award. 1.3.3 The Project Manager shall be available to the COTR via telephone between the hours of 0800 and 1600 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 4 hours of notification. 1.3.4 Qualified Personnel. The Contractor shall provide qualified instructor personnel to perform all requirements under each task order awarded under this IDIQ contract. 1.3.5 Instructor(s) Each course instructor must have at least 3 years of experience in teaching FAA certification courses. Each instructor must have graduated from an equivalent course they are teaching. Experience must be outlined in each instructor's resume. It is desired, but not required, that each instructor, at a minimum, possess a current FAA A&P certification and an FAA IA certification 1.3.6 Employee Identification. 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. 1.3.7 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 and the United States Coast Guard. 1.3.8 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 each task order awarded under this IDIQ. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.9 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. 1.4 SECURITY. Contractor access to classified information is not currently required under this effort. 1.5 PERIOD OF PERFORMANCE. The period of performance for this effort is five (5) years from the date of award with four (4) one-year options. 1.6 PLACE OF PERFORMANCE. The work to be performed under each task order will be performed at the Contractor's site. 1.7 HOURS OF OPERATION. Contractor employees shall generally perform all training between the hours of 0800 and 1600, Monday through Friday. 1.8 KICK OFF MEETING. The Contracting Officer will schedule a Kick-Off meeting between the Contractor, the Contracting Officer and the COTR or designated representative within five (5) business days after award to discuss objectives. The Kick-Off meeting will be held at the Government's facility. 1.9 PERFORMANCE REQUIREMENTS SUMMARY. Task orders issued under this contract will be performance based and incorporate the Performance Requirements Summary (PWS) outlined in PWS 8.0. In general, the PRS will set forth the expected outcomes (objectives) of the task order, the service(s) required of the contractor to attain 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. It is the intent of the Government to maintain consistency in standards and associated reduction schedules for same or similar outcomes from task order to task order. 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 reductions in payment in accordance with any clause for inspection of services. 1.10 INTELLECTUAL PROPERTY. Intellectual property shall be handled in accordance with contract clauses FAR 52.227-14. 1.10.1 All Contractor developed processes and procedures and other forms of intellectual property first developed under task orders awarded under this IDIQ shall be considered Government property. 1.10.2 All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of task orders awarded under this IDIQ shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.11 PROTECTION OF INFORMATION. Contractor access to information protected under the Privacy Act is required under each task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. 2.0 GOVERNMENT TERMS AND CONDITIONS. 2.1 CG - Coast Guard 2.2 COMDT - Commandant 2.3 COMDTINST - Coast Guard Commandant Instruction 2.4 COTR - Contracting Officer's Technical Representative 2.5 DHS - Department of Homeland Security 2.6 DOD - Department of Defense 2.7 FAA - Federal Aviation Administration 2.8 FAR - Federal Acquisition Regulation 2.9 FTR - Federal Travel Regulations 2.10 HSAR - Homeland Security Acquisition Regulation 2.11 ICAO - International Civil Aviation Organization 2.12 IDIQ - Indefinite Delivery, Indefinite Quantity 2.13 KO - Contracting Officer 2.14 PWS - Performance Work Statement 2.15 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES. 3.1 COAST GUARD REPORTS, POLICY MANUALS & MATERIALS. The following Coast Guard Reports, Policy Manuals and Materials Uniform Resource Locator (URL) links are provided by the Government: (1)Performance, Training, and Education Manual (COMDTINST 1500.10C) http://www.uscg.mil/hr/cg132/docs/COMDTINSTM1500.10C.pdf. (2)Aeronautical Engineering Maintenance Management Manual (COMDTINST M13020.1) http://www.uscg.mil/directives/cim/13000-13999/cim_13020_1f.pdf (3)Coast Guard Training System Standard Operating Porcedures (SOPs) http://www.uscg.mil/hq/cg1/cg132/ 4.0 CONTRACTOR FURNISHED RESOURCES. The Contractor shall furnish all facilities, materials, equipment, tools, labor and services necessary to fulfill the requirements of each task order other than those provided in PWS 3.0. 4.1 Training Facilities The Contractor is required to provide a training facility that is within 50 miles of an international airport and associated audio visual equipment. Additionally, the Contractor is responsible for furnishing all publications, training aids, and equipment. 5.0 REQUIREMENTS. The Contractor shall make available quotas. It is desired, that no course exeed a 19 calendar day period of instruction (including weekends and federal holidays). Class-convening dates during the performance period will vary as agreed upon by the Program Manager and the COTR. Training dates will be agreed upon in writing by the Program Manager and the COTR per IDIQ task order. 5.0.1 The primary place of performance will be the Contractor's provided facilities within the United States. 5.1 CURRICULUM DESIGN. For each class, the contractor shall provide a USCG approved final curriculum no later than 30 days after contract award. The curriculum shall include lesson plans and all material to be presented, in accordance with the Coast Guard Training System Standard Operating Procedures (SOPs) which are made available online at http://www.uscg.mil/hq/cg1/cg132/ and are in compliance with requirements set forth in COMDTINST 1500.10C, Performance, Training, and Education Manual, which is made available online at http://www.uscg.mil/hr/cg132/docs/COMDTINSTM1500.10C.pdf. 5.2 FAA Airframe and Powerplant (A&P) Certification Course. The Contractor shall provide a course that introduces the student to A&P mechanic privileges and responsibilities described in FAR part 65; provides FAA written test taking techniques and procedures; and provides instruction on Oral and Practical test procedures. The Airframe and Powerplant course includes topics in Structures, Airframe systems and components, Power plant theory, maintenance of Reciprocating engines, pistons and cylinders, propellers, turbine engines, ignition systems, carburetors, exhaust systems, basic electrical theory, aircraft drawings, weight and balance, measuring tools, graphs and charts and basic math. Upon successful completion of the course, the maintenance technician is awarded with the FAA A&P certificate. 5.3 FAA Inspection Authorization (IA) Certification Course. The Contractor shall provide a course that teaches the student about FAA publications (FAR's, Advisory Circulars, Type Certificate data sheets, Aircraft specifications, Airworthiness Directives and Service Bulletins). In addition the course shall teach the student about IA eligibility requirements, responsibilities, renewal, privileges and limitations. Upon successful completion of this course, the maintenance technician is awarded with the FAA IA Certificate. 5.4 COURSE EVALUATION. The Contractor shall provide a short course evaluation questionnaire to the students at the end of the course. Questionnaire shall be provided to the COTR prior to the course for review and approval. 5.4.1 Course Critiques on Contractor's Performance. The Contractor shall distribute and collect from each student for each class on the last day of each course a Contractor developed Course Critique on Contractor's Performance form. The Contractor must send each completed course critique form to the COTR NLT 20 days after the conclusion of each class conducted under each task order by email unless another method of delivery is otherwise agreed upon in writing with COTR. The Course Critique on Contractor's Performance form shall be two pages, contain at least 10 course-pertinent-multiple-choice questions based on a developed 1 to 5 Likert scale, contain at least 3 open-ended questions and contain, at the minimum, the following information: (1) Name and email address of the student (2) A question pertaining to the student's satisfaction of the course using a multiple-choice-five-point Likert scale with 3 indicating satisfactory, 1 indicating unsatisfactory and 5 indicating excellent (3) A question pertaining to the student's satisfaction of the course instructor using a multiple-choice-five-point Likert scale with 3 indicating satisfactory, 1 indicating unsatisfactory and 5 indicating excellent (4) Section on the form for student comments about the course and instructor. (5) Section on the form for miscellaneous student comments. 5.11 TRAINING CERTIFICATES. The Contractor shall provide certificates of completion to each student for each class that shall be retained by the students. 6.0 REFRENCES. 6.1. COMDTINST 1500.10C. The aforementioned COMDTINST 1500.10C, Performance, Training, and Education Manual, can be found online at http://www.uscg.mil/hr/cg132/docs/COMDTINSTM1500.10C.pdf. 7.0 DELIVERABLES. Item 1: Curricula (PWS Section - 5.1) Due by: Final curricula for all classes are due NLT 30 days after award of IDIQ contract. Final curricula shall be in accordance with COMDTINST 1500.10C. Item 2: Course Critiques on Contractor's Performance (PWS Section - 5.4.1) Due by: NLT 20 days after the conclusion of each course (form used must be COTR approved IAW PWS 5.4.1 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). Performance standards for each task order are as outlined below. Objectives: Provide instruction that is acceptable to the Government. Required Service: Provide at least satisfactory course(s) and instructor(s) with performance measured by the Course Critique on Contractor Performance form. Performance Standard: The Contractor shall achieve a satisfactory or higher rating from 75% of the students attending each course during a contract year Surveillance Plan: 100% COTR surveillance. SECTION V 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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBF014/listing.html)
 
Place of Performance
Address: Contractor's facility - Within 50 miles of an international airport, United States
 
Record
SN02653680-W 20120114/120112234551-984665729b107d4b7cfb2ee66f5c8295 (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.