DOCUMENT
U -- Lean Manufacturing Project Event - J&A
- Notice Date
- 8/26/2008
- Notice Type
- J&A
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, C130J, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-08-Q-410029
- Archive Date
- 9/23/2008
- Point of Contact
- Judith A. Knotts,, Phone: 2523356145, Dorothy B Pelis,, Phone: 252-384-7181
- E-Mail Address
-
Judith.A.Knotts@uscg.mil, dorothy.j.pelis@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number assigned is HSCG38-08-Q-410029. This announcement constitutes the only solicitation. The provisions and clauses incorporated herein are those in effect through Federal Acquisition Circular 2005-26. The U. S. Coast Guard Aircraft Repair and Supply Center, Elizabeth City, NC proposes to solicit and negotiate with North Carolina State University Industrial Extension Service for 12 continued LEAN initiatives under the authority of FAR 6.302-3(a)(2)(ii). The period of performance will be from 17 September 2008 through September 16, 2009. The North American Industry Classification System (NAICS) is 611430. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. LEAN Manufacturing Statement of Work: 1.0 General 1.1 Purpose: The U.S. Coast Guard Aircraft Repair & Supply Center (ARSC), Elizabeth City, North Carolina is an aviation repair facility owned and operated by the Department of Homeland Security (DHS) and staffed with civilian, military, and contract employees. ARSC is responsible for overhauling/repairing aircraft, providing aircraft parts and equipment to the fleet, re-engineering and manufacturing of aircraft parts; performing complex, multi-million dollar contracting actions; providing technical engineering support, and providing teams of personnel who provide on-site field assistance to Coast Guard air stations and deployed aircraft. ARSC is currently implementing Lean Manufacturing principles throughout its facility. Implementing and maintaining a Lean business system will require a workforce that is proficient in both the theoretical and practical aspects of Lean Manufacturing. Therefore, ARSC has a requirement to provide facilitation, mentoring, consultation and training for on-going Lean initiatives. The purpose is to provide ARSC Lean Leaders and employees with the knowledge and skills necessary to implement and maintain Lean Manufacturing principles within ARSC. 1.2 Scope: This statement of work defines contractor support as providing Lean project facilitation, mentoring, and training services. This on-site assistance will be required during scheduled project event weeks while multiple Lean projects are being conducted. 2.0 Period of Performance: The period of performance for this contract is 12 months from the date of contract award. (Anticipated dates for Kaizen projects will be one 4 day project event week per month). 3.0 Work Hours: 3.1 The Contractor shall work same hour schedule as those of the office, branch or shop supported at ARSC. 3.2 The Contractor shall not work on federal holidays, which include New Years Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, July 4th, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. 3.3 Contractor shall not work on planned plant shutdown days. 4.0 Government Furnished Property: The Government will provide a temporary work area including access to telephone, copier and fax machine. The contractor is expected to provide his/her own computer equipment. 5.0 Contractor Experience: The contractor shall meet the following minimum experience: 5.1 The Contractor shall have provided training and facilitation for the implementation of Lean Manufacturing in at least one U.S. Government aviation maintenance facility. 5.2 The Contractor shall have provided training and facilitation for the implementation of Lean Manufacturing in at least one multifunctional organization. 5.3 Contractor provided Kaizen event facilitators shall have personal experience in and meet all of the requirements of items 5.1 and 5.2 above. 6.0 Deliverables: The Contractor will provide the following deliverables to ARSC within 12 months from the date of contract award: 6.1 Lean Kaizen Facilitation, Mentoring and Consultation: The Contractor shall provide facilitation, mentoring and consultation services for each Kaizen project event week. The following objectives will be addressed and completed for each project: process cycle time studies, value stream mapping, spaghetti diagrams, 5S implementation and audits, process waste recognition, developing and initiating improvement plans, quantifying results, developing and implementing visual controls, documentation of results, and presentation of results. The Contractor shall assist Lean Leaders and team members in accomplishing these objectives. 6.2 Lean Kaizen Training: In conjunction with Lean implementation projects, the Contractor shall assist Lean Leaders in the provision of employee training on topics such as, but not limited to: Lean Manufacturing principles, Lean culture, value stream mapping, process waste recognition, process improvement tools, and 5S implementation. 6.3 The Contractor shall provide a project event summary report within 15 days after the completion of each project event week. The report shall include, but not be limited to, the following information: A) Project event accomplishments B) Facilitator comments including problems encountered and opportunities for improvement 7.0 Specific Performance Requirements: The tasks under this contract will be performed aboard a DHS facility with special access requirements for foreign nationals. The Contractor shall be responsible for obtaining all special access clearances in a manner that will not affect scheduled performance for all personnel provided to work under this contract. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with his/her proposal; FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items. 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-41 Service Contract Act; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). Contracting Office Address: U.S. Coast Guard Aircraft Repair and Supply Center Elizabeth City, NC 27909 Point of Contact(s): Judi Knotts, Contract Specialist 252 335 6145 Dottie Pelis, Contracting Officer 252 384 7181
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e3583a6535cd8db8a2e729e8ce8ffc03&tab=core&_cview=1)
- Document(s)
- J&A
- File Name: Aproved J&A LEAN (Approved JA LEAN solicitation.doc)
- Link: https://www.fbo.gov//utils/view?id=cd7ae57accff9ae0052fbdc22e0dfed2
- Bytes: 36.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Aproved J&A LEAN (Approved JA LEAN solicitation.doc)
- Place of Performance
- Address: U. S. Coast Guard, Aircraft Repair and Supply Center, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN01651399-W 20080828/080826225106-e3583a6535cd8db8a2e729e8ce8ffc03 (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 |