Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

99 -- Trades Training Program Instructor

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
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-60928
 
Archive Date
4/12/2012
 
Point of Contact
Iris M. Johnson, Phone: 4107626427
 
E-Mail Address
Iris.M.Johnson@uscg.mil
(Iris.M.Johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 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. (ii) Solicitation Number HSCG40-12-Q-60928 applies and this solicitation is issued as a Request for Quotation (RFQ). (iii) The solicitation/synopsis and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57 DTD effective 15 Mar 2012. (iv) It is anticipated that a non-competitive sole source price purchase order shall be awarded as a result of this synopsis/solicitation. This solicitation is not set aside for small business. The NAICS code for this solicitation is 611430 and the small business standard is $7.0. It is the Government's belief that only L&M Marine Coatings Consultant has the knowledge and expertise to perform these services. Therefore it is the Government's intent to solicit only L&M Marine Coatings Consultant. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following: The United States Coast Guard Shipyard requires a contractor to instruct the Marine Painter 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 expertise in their Marine Painter 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. Please refer to the Statement of Work (SOW) for details concerning the skills, knowledge, and abilities needed for the Training Instructor. Wage Determination No.: 2005-2247, Revision No.: 12, Date Of Revision: 06/13/2011, IS INCORPORATED IN THIS SOLICITATION. ITEM#1: SEMESTER #6 FOR THE FALL SEMESTER OF 2012. Sixth semester to begin on September 2012 - December 2012, approximately eighteen weeks (dates are subject to change). QTY: 1 SEMESTER UNIT: JOB HOURLY RATE: ESTIMATED TOTAL AMOUNT: ITEM#2: OPTIONAL SEMESTER #7 FOR THE SPRING SEMESTER OF 2013. Seventh semester to begin on January 2013 - May 2013, approximately eighteen weeks (dates are subject to change). QTY 1 SEMESTER UNIT: JOB HOURLY RATE: ESTIMATED TOTAL AMOUNT: ITEM#3: OPTIONAL SEMESTER #8 FOR THE FALL SEMESTER OF 2013. Eighth semester to begin on September 2013 -December 2013, approximately eighteen weeks (dates are subject to change). QTY 1 SEMESTER UNIT: JOB HOURLY RATE: ESTIMATED TOTAL AMOUNT: ** NOTE: TOTAL ESTIMATED AMOUNT IS BASED ON AN ESTIMATED 4 HOURS OF INSTRUCTION, ONE DAY PER WEEK. Rates shall include all costs to perform the required services, including but not limited to, travel and per diem. All travel cost shall be in accordance with the Federal Travel Regulations (FTR).** Statement of Work (sow): The United States Coast Guard Shipyard requires a contractor to instruct the Marine Painter 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 expertise in their Marine Painter 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 for the 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 Painter field 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 Painter Trade to include state of the art techniques used in industry today. Contractor shall have extensive experience in the Marine Pipefitter Trade. 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 in the Marine Painter field and have served as a journey men in the Marine Painter field. E) The performance period: 1) Eight 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. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS: N/A (vii) Place of Performance: USCG Surface Forces Logistics Center 2401 Hawkins Point Road Baltimore, MD 21224 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 1.) 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: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number, a point of contact and current business phone numbers f) Pricing and delivery information. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (JAN 1999). - (a) The Government will award a contract 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 & experience in the field according to the Statement of Work (SOW). (The evaluation and award procedures in FAR 13.106 apply) (x) FAR 52.212-3. Annual Representations and Certifications - Commercial Items (NOV 2011) with Alt 1 included are to be submitted with you offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAR 2012). The following clauses listed in 52.212-5 are incorporated: a.52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C 7104 (g)). b.52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). c.52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). d. 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). e. 52.222-3 Convict labor (June 2003) (E.O. 11755). f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 13126). g. 52.222-21 Prohibition of Segregated Facilities (FEB 1999). h. 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246). i. 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793). j. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). k. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). l. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). m. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513). n. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 1. 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. 2. 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. (xiii) See additional document(s) for uploaded documents to support order requirements: N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 4:30 PM EST Wednesday March 28th, 2012; Deadline for questions will be Tuesday March 27th, 2012 @ 1:30 PM EST. Please email your quotes and questions to Iris.M.Johnson@uscg.mil. (xvi) For information regarding this solicitation contact Iris Johnson at the following e-mail address: Iris.M.Johnson@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-60928/listing.html)
 
Place of Performance
Address: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02704264-W 20120325/120323234747-76de9ae518ac2fd16ac65f7e3aa2abb9 (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.