Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

U -- 54H60-91/117 Propeller Maintenance Training Course

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
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-PBF017
 
Archive Date
3/24/2012
 
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
N/A
 
Description
This is a combined synopsis/solicitation to fulfill Coast Guard training quotas for Hamilton Sundstrand 54H60-91/11 propeller maintenance training course. This solicitation is being issued 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-PBF017 and is being issued as a Request for Quotation (RFQ). The associated North American Industrial Classification Systems (NAICS) code for this acquisition is 611519 (other technical and trade schools) with a size standard of $7 million. The Coast Guard intends to award a firm fixed contract with one 12-month base year and four 12-month option years. The Coast Guard is soliciting Hamilton Sundstrand as a sole source. However, the Coast Guard may entertain other quotes received. --- This procurement will consist of the following Contract Line Items (CLINs): Base Year CLIN: 00001 Description: - 54H60-91/117 Propeller Maintenance Training Course for 4 students Quantity: 3 Option Period 1 CLIN: 10001 Description: - 54H60-91/117 Propeller Maintenance Training Course for 4 students Quantity: 3 Option Period 2 CLIN: 20001 Description: - 54H60-91/117 Propeller Maintenance Training Course for 4 students Quantity: 3 Option Period 3 CLIN: 30001 Description: - 54H60-91/117 Propeller Maintenance Training Course for 4 students Quantity: 3 Option Period 4 CLIN: 40001 Description: - 54H60-91/117 Propeller Maintenance Training Course for 4 students Quantity: 3 --- 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@CG.mil on or before 1400 ET, on March 09, 2012. Due to CG internet restrictions, electronic mail attachments over 5 MB in size shall not be accepted. Electronic documents submitted shall be compatible with Microsoft Office 2007 applications. Quotes shall be submitted in three sections: Section 1: Course curriculum and instructor resumes Section 2: Relevant past performance Section 3: A spreadsheet with pricing and discounts offered for each CLIN. Pricing shall be submitted as a PDF format as well as an unlocked Excel document. In addition to the above, please include the company DUNS number and TIN. The minimum font size is 11, excluding graphics and tables which may use a font size smaller than 11. All quotes shall be emailed. (End of provision addendum) FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (Addendum) EVALUATION CRITEIA A firm fixed price contract will be awarded to the company determined to represent the best value to the CG based on the following factors: Factor 1: Course curriculum and instructor resumes Factor 2: Relevant past performance Factor 3: Price For each factor, Offerors are required to provide the information described below: Factor 1 - Course Curriculum and Instructor Resumes: The Government will evaluate each Offeror's curriculum information and instructor resumes to determine the Offeror's capability of fulfilling the requirements. 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. An Offeror 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 accuracy, completeness, and reasonableness. (End of provision addendum) --- SECTION II CONTRACT CLAUSES AND PROVISIONS The following commercial clauses are incorporated by reference into this procurement: •52.212-3, Offeror Representations and Certifications (JUN 2008) •52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008) •52.212-5, 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: o52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) o52.209-10, Prohibition on Contracting with Inverted Domestic Corporations o52.222-3, Convict Labor (Jun 2003) o52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) o52.222-21, Prohibition of Segregated Facilities (Feb 1999) o52.222-26, Equal Opportunity (Mar 2007) o52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) o52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) o52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) o52.222-41, Service Contract Act (Nov. 2007) o52.222-50, Combating Trafficking in Persons (Feb 2009) o52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), o52.233-3 Protest After Award (Aug 1996) o52.233-4, Applicable law for Breach of Contract Claim (Oct 2004) o52.249-1, Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984) o52.252-2, Clauses incorporated by reference (Feb 1998) The following additional clauses and provisions are applicable to this procurement: •52.204-7, Central Contractor Registration (Apr 2008) •52.217-8, Option Extend Services (Nov 1999) •52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) •52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) The following clauses are hereby incorporated in full: 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 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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) The following HSAR clauses are hereby incorporated in full: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) HSAR 3052.209-72 Organization 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 has been determined to not exist at the time of this solicitation. (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 dive stures 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. (End of provision) 3052.215-70 Key Personnel or Facilities (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. (c) The Key Personnel or Facilities under this Contract is the Program Manager designated by the Contractor. --- 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. Invoicing Instructions (a) Each invoice shall contain the following information: (1)Contract Number (2)Name of the Contract Specialist or Contracting Officer (3)Invoice Routing Code (IRC) provided in paragraph (b) below. (4)Annotate on the invoice indicating that the contractor represents a Small Business for accelerated payment purposes (b) The Coast Guard unique Invoice Routing Code (IRC) for this contract is: CG-9121. (c) Each invoice must be submitted to the designated billing office via one of the following modes listed in descending order of preference: (1)FINCEN Website invoice receipt form: http://www.fincen.CG.mil/centralinv/central_inv_contr.cfm (2) Fax: (757-523-6900) (3) Mailed to: Commercial Invoices U.S. Coast Guard Finance Center 1430A Kristina Way Chesapeake, VA 23326 (d) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe.pdf formatted file, or as otherwise specified in the contract. (e) Supporting documentation, along with a copy of the invoice, shall also be e-mailed to the Contract Specialist and/or COR at the addresses cited below: Contract Specialist: James Robinson at james.r.robinson@CG.mil COR: Gerald Leach at Gerald.B.Leach@CG.mil Submission of the invoice and documentation to the two individuals listed above is mandatroy. (f) In accordance with the Prompt Payment Act, for the purposes of determining a payment due date and the date on which interest will begin to accrue if a payment is late, a proper invoice shall be deemed to have been received: (1) On the later of: (i) For invoices that are mailed or transmitted via facsimile, the date a proper invoice is actually received by the designated billing office and annotates the invoice with date of receipt at the time of receipt. (ii) For invoices electronically transmitted by the contractor via web based submission, the date a transmission is received by the designated billing office, and receipt confirmation is provided to the designated recipient; or (ii) The seventh day after the date on which the property is actually delivered or performance of the services is actually completed; unless- a)The agency has actually accepted the property or services before the seventh day in which case the acceptance date shall substitute for the seventh day after the delivery date; or b)A longer acceptance period is specified in the contract, in which case the date of actual acceptance or the date on which such longer acceptance period ends shall substitute for the seventh day after the delivery date; (2) On the date placed on the invoice by the contractor, when the agency fails to annotate the invoice with date of receipt of the invoice at the time of receipt (such invoice must be a proper invoice); or (3) On the date of delivery, when the contract specifies that the delivery ticket may serve as an invoice. (4) Web-based submission by the contractor and receipt confirmation does not reflect Government review or acceptance of the invoice. (5) Payment inquiries and status may be obtained - at the following website: -https://www.fincen.CG.mil/secure/payment.htm (g) The last invoice submitted for this award shall be clearly labeled, "FINAL INVOICE." --- SECTION IV PERFORMANCE WORK STATEMENT UNITED STATES COAST GUARD DCMS-81 54H60-91/117 PROPELLER LINE MAINTENANCE COURSE 1.0 GENERAL 1.1 Scope. This effort requires the Contractor to make available courses for training on the Hamilton Sundstrand 54H60-91/117 aircraft propeller system installed on the HC-130H. The contractor shall provide training to Coast Guard (CG) personnel on 54H60-91/117 propeller maintenance though courses scheduled and held specifically and exclusively for CG needs. The CG requires three courses annually with four students attending each course. 1.2 Background. The CG Force Readiness Command (FORCECOM) manages training for aircraft maintenance technicians on CG Aircraft. The CG employs a bi-level maintenance structure consisting of depot level maintenance and organizational level maintenance. The CG Aviation Logistics Center coordinates depot maintenance for the aircraft, while each Air Station is responsible for organizational level maintenance. The CG operates 24 HC-130H aircraft from 4 different Air Stations throughout the continental US. The Office of Aeronautical Engineering (CG-41) is responsible for ensuring that safe, properly configured aircraft that are available to meet Coast Guard mission requirements. In order to ensure safe, economical and effective operational employment of these aircraft, and in keeping with the excellent stewardship of American tax-payer resources, the CG needs personnel properly trained in maintaining the 54H60 propeller system. 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 this contract. The Project Manager is further designated as Key by the Government. 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer's Representative (COR). The Contractor shall provide the name of the Project Manager. 1.3.1.2 The Project Manager shall be available to the CG 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. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel with current Hamilton Sundstrand OEM certification to perform all training requirements. 1.4 Security. Contractor access to classified information is not currently required under this contract. 1.5 Period of Performance. The period of performance for this contract is one 12-month base year with four 12-month option periods. 1.6 Place of Performance. The primary place of performance will be in the Contractor's facility. 1.7 Instructors. Each course instructor must have at least 1 year of experience in teaching propeller training courses. In addition, each instructor must have at least 1 year of experience maintaining and repairing aircraft propeller systems. Experience must be outlined in each instructor's resume. 1.8 Performance Requirements Summary. This contract will be performance based and incorporate the Performance Requirements Summary (PRS) outlined in PWS 8.0. In general, the PRS will set forth the expected outcomes (objectives) of the contract, the service(s) required of the contractor to attain the objectives and a performance standard per outcome. 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. 2.0 GOVERNMENT TERMS & DEFINITIONS. CG - Coast Guard COR - Contracting Officers Technical Representative KO - Contracting Officer NLT - No later than PRS - Performance Requirements Summary PWS - Performance Work Statement 3.0 GOVERNMENT FURNISHED RESOURCES The CG will not furnish any resources for this requirement. 4.0 CONTRACTOR FURNISHED RESOURCES 4.1 Training Facilities. The Contractor shall furnish all facilities, materials, equipment, and services necessary to fulfill the requirements. Contractor furnished facilities shall be comfortably air conditioned and free from visual distractions and noise. Contractor furnished materials and equipment shall include a Hamilton Sundstrand 54H60-91/117 propeller and associated maintenance stands, lifts, tools, and special equipment that CG students will use for hands on training. 5.0 REQUIREMENTS The Contractor will provide three training courses annually to CG personnel. Each course shall be composed of four CG students. 5.1 54H60-91/117 Propeller Maintenance Course. The Contractor shall deliver a training course in a one-week (5 day) session. The training shall take place in both a classroom setting and a shop/lab environment, with the majority of instruction time being hands on training with a 54H60-91/117 propeller. At a minimum, the training is to include the following major systems and sub-systems of the 54H60-91/117 propeller: •Familiarization with the description and operations of 54H60 propeller systems •Familiarization of propeller removal and installation procedures •Familiarization of propeller disassembly and reassembly procedures •Familiarization with inspection of 54H60 propeller systems and components •Familiarization of propeller balance and rigging techniques Upon conclusion of the course, the Contractor will test the students on the subjects taught. 5.2 Course Scheduling. The course dates shall be scheduled by mutual agreement between the Contractor and the COR. The most desired course dates would be in February, March, or April. However, unforeseen circumstances may interfere with this schedule and courses shall be re-scheduled by mutual agreement between the Contractor and the COR. 5.3 General Report Requirements. The Contractor shall provide all written reports in an electronic format that is usable by Microsoft Office 2007 applications. All reports shall be submitted electronically via email, unless otherwise agreed upon in writing. 5.4 Course Completion Report. The contractor shall submit a report documenting each student's performance NLT thirty (30) days of the completion of each course. 5.5 Course Completion Certification. A certificate of completion shall be provided to each CG student who successfully completes the training course NLT 30 days after completion of the course. 5.6 Student Feedback Reports. On the final day of each course, the Contractor shall distribute and collect a course feedback report from each student. The Contractor must send each completed feedback report to the COR NLT 30 days after the conclusion of each course. The feedback report will cover whether: •The course aims and objectives were clearly explained •The instructor and training materials supported the learning objectives and were well organized •The training objectives outlined for the course were met during delivery of training •The quality of explanation and answers to questions were satisfactory •The training was delivered professionally and effectively •The skills and knowledge obtained from this training will assist the trainee in performing current job task •The practical "hands-on" training was sufficient and appropriate •The safety and hazardous related information were referenced •The training facilities were adequate and comfortable •The student was satisfied with course overall The feedback report will include an overall rating selection that measures the Contractor's performance as unsatisfactory, satisfactory, or excellent. 6.0 REFERENCES. There are no references provided for this requirement. 7.0 DELIVERABLES Item 1 - PWS Section 5.4 - Course Completion Reports - Within thirty (30) days after completion of each course Items 2 - PWS Section 5.5 - Course Completion Certification - Within thirty (30) days after completion of each course Item 3 - PWS Section 5.6 - Student Feedback Reports - Within thirty (30) days after completion of each course 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). Performance standards for the contract are outlined below. Objectives: Provide satisfactory instruction to the Government as defined in the performance standard below. Required Service: Provide at least satisfactory courses and instructor(s) with performance measured by the student feedback reports and student course pass ratings. Performance Standard: The Contractor shall achieve a satisfactory rating from 75% of the students attending each course during a contract year as well as a 75% student pass rate. Surveillance Plan: 100% COR surveillance --- SECTION V NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (CG) 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 CG 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 CG 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 CG 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBF017/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02691247-W 20120309/120307235636-86305a2a5ed59a44aa9128a5ac19758a (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.