SOLICITATION NOTICE
U -- Engine Maintenance Training for Rolls Royce AE2100D3
- Notice Date
- 10/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- 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-PBF011
- Point of Contact
- Tarcy Thompson, Phone: 2024753781, Robert Mann-Thompson, Phone: 2024753252
- E-Mail Address
-
tarcy.thompson@uscg.mil, robert.a.mann-thompson@uscg.mil
(tarcy.thompson@uscg.mil, robert.a.mann-thompson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ# - HSCG23-12-Q-PBF011 Combined Synopsis/Solicitation Description: Engine Maintenance Training Course for Rolls Royce AE2100D3 This acquisition is being issued in accordance with FAR Subpart 13. This combined synopsis/solicitation constitutes the only solicitation. The Request for Quotation number is HSCG23-12-Q-PBF011. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-48 (August 4, 2011). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 611699 with a standard of $7 million. This is a sole source acquisition issued on an unrestricted basis. The Coast Guard intends to award a single, five-year IDIQ contract to Rolls Royce Corporation. The minimum order on this IDIQ is one course for 5 quotas over the course of the five-year IDIQ. The potential maximum order is five courses for 5 quotas each over the five-year IDIQ. It is the Government's belief that only Rolls Royce Corp. has the required technical and proprietary information to successfully provide these items. All responsible sources may submit an offer, which will be considered by the Agency. The attached Statement of Work (SOW) outlines the training support services required under this synopsis/solicitation. This synopsis/solicitation is for the following CLINS: YEAR ONE CLIN #00001: Rolls Royce AE2100D3 Engine Maintenance Training Quantity: 1 each (5 quotas) YEAR TWO CLIN #10001: Rolls Royce AE2100D3 Engine Maintenance Training Quantity: 1 each (5 quotas) YEAR THREE CLIN #20001: Rolls Royce AE2100D3 Engine Maintenance Training Quantity: 1 each (5 quotas) YEAR FOUR CLIN #30001: Rolls Royce AE2100D3 Engine Maintenance Training Quantity: 1 each (5 quotas) YEAR FIVE CLIN #40001: Rolls Royce AE2100D3 Engine Maintenance Training Quantity: 1 each (5 quotas) The following FAR provisions and clauses are applicable to this procurement: 52.203-6 - Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)); 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 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 Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008); 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008); 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (August 2011). The following clauses are applicable to this solicitation: 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 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) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212); 52.222-41 Service Contract Act (Nov. 2007 - 41 USC 351 et seq.); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989 - 29 USC 206 and 41 USC 351 et seq.); 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Sep. 2009 - 29 USC 205 and 41 USC 351, et seq); 52.222-50 Combating Trafficking in Persons (Feb 2009); 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803); 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); 52-247.34 - FOB Destination; 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984); 52.252-2 Clauses incorporated by reference (Feb 1998); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); HSAR 3052.247-72 - F.O.B. destination only. Proposal shall include the pricing for each part listed in this synopsis/solicitation. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. This is a lowest price technically acceptable (LPTA) solicitation. The evaluation factors, in descending order of importance, are: 1. Acceptability: To determine acceptability the Government will evaluate each vendor's ability to provide the specific Rolls Royce training listed above and detailed in the SOW. Substitutes will not be accepted and vendors must be authorized to provide Rolls Royce training. 2. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. To be considered, all quotes must be received by the Contract Specialist, Tarcy Thompson, via email at tarcy.thompson@uscg.mil no later than 2:00 PM(Eastern Time) on October 18, 2011. STATEMENT OF WORK DATED: October 6, 2011 1.0 GENERAL 1.1 Scope. The purpose of this Indefinite Delivery Indefinite Quantity (IDIQ) contract is to obtain commercial Contractor training support services for training on the Rolls Royce AE2100D3 engine installed on the HC-130J. At the completion of the training, students should possess knowledge of the AE2100D3 in respect to system theory and operation, system characteristics, component location, maintenance requirements, fault isolation and borescope inspection of engine components. 1.2 Background. The U.S. Coast Guard Force Readiness Command (FORCECOM) manages training for aircraft maintenance technicians on Coast Guard Aircraft. The Coast Guard employs a bi-level maintenance structure consisting of depot level maintenance and organizational level maintenance. The Coast Guard Aviation Logistics Center coordinates depot maintenance for the aircraft, while each Air Station is responsible for organizational level maintenance. The Coast Guard operates six HC-130J aircraft from Air Station Elizabeth City, NC. Currently the Coast Guard sends maintenance personnel to a propulsion course offered by the U.S. Air Force. While this training serves the purpose of providing basic entry level training on the AE2100D3 engine, the Coast Guard requires a higher level of training for experienced mechanics. This need is driven by the different maintenance practices that exist between the Air Force and Coast Guard. The Air Force maintenance practice involve removing the entire engine from the wing, replacing it with another ready for install engine (RFI) and shipping the removed engine back to Rolls Royce. On the other hand, Coast Guard maintenance practices require significant off-wing work on the engine including tear down and build up. Consequently, a higher degree of training is needed by Coast Guard mechanics. Compounding the need for a higher level of engine training at the organizational maintenance level, the HC-130J is only operated at a single unit at Air Station Elizabeth City, NC. Consequently, a greater training burden exists since a quarter of the unit's personnel transfer out each year as part of the normal assignment process, and no personnel experienced in HC-130J operations report in. Thus, mechanics must be brought up to speed quicker on AE2100D3 operation than on-the-job training could provide. 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 Coast Guard needs personnel properly trained in maintaining the AE2100D3 engine. 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 (see SOW 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer's Technical Representative (COTR). The Government expects the Project Manager to be one of the senior level employees provided by the Contractor for this effort. The Contractor shall provide the name of the Project Manager and the name of any alternate who shall act for the Contractor in the absence of the Project Manager to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to the work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior approval from the Contracting Officer. 1.3.1.2 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. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel with Rolls Royce certification to perform all requirements specified in task orders awarded under this Contract. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at a minimum, displays the Contractor name, the employee's name, employee's photo, employee's clearance-level, and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contract employees shall identify themselves as Contractors when their status is not readily apparent. All Contract employees shall display all identification and visitor badges in plain view above the waist at all times. 1.3.4 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employee would, or would appear to cause a conflict of interest. 1.4 Key Personnel. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of all proposed substitutes. All proposed substitutes shall possess qualifications equal to or superior to the replaced Key person. The Contractor shall not replace Key Contractor personnel without written consent from the Contracting Officer. The Government may designate additional Contractor personnel as Key in each task order awarded under this contract. 1.5 Security. Contractor access to classified information is not currently required under this contract. 1.6 Period of Performance. The period of performance for this contract is five (5) years from the date of award. 1.7 Place of Performance. The primary place of performance will be in the Contractor's facilities. 1.8 Hours of Operation. Contractor employees shall generally perform all work between the hours of 0800 and 1600 Monday through Friday (except Federal holidays). 1.9 Progress Meetings. The Project Manager shall be responsible for keeping the COTR informed about Contractor progress on task orders awarded under this contract and ensure Contractor activities align with Coast Guard objectives. At a minimum, the Project Manager shall review the status and results of Contractor performance with the COTR upon completion of each course. 1.10 General Report Requirements. The Contractor shall provide all written reports in an electronic format that is usable by Microsoft Office Applications. 1.10.1 Course Completion Documentation. The contractor shall submit a report documenting each student's performance, all student feedback provided to the contractor, and an itemized cost summary within thirty (30) days of the completion of each course. 2.0 GOVERNMENT TERMS & DEFINITIONS. CG - Coast Guard COTR - Contracting Officers Technical Representative KO - Contracting Officer SOW - Statement of Work TBD - To Be Determined 3.0 GOVERNMENT FURNISHED RESOURCES. Each task order awarded under this contract shall specify any required government furnished equipment. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment, and services necessary to fulfill the requirements of task orders awarded under this contract, except for the Government Furnished Resources specified in this work statement and in each task order awarded under this contract. 5.0 REQUIREMENTS. The Contractor shall provide training support services to conduct instructional courses for maintenance of the Rolls Royce AE2100D3 engine installed on the HC-130J aircraft. The training shall take place in both a classroom setting and a shop/lab environment, with the preponderance of instruction time being "hands-on" an AE2100D3 engine. The training is to include, but is not limited to the following major system and sub-systems of the AE2100DE engine: propeller gear box, air inlet, compressor section, turbine section and associated integrated avionics systems. Upon completion of the course, students shall be able to demonstrate the ability to conduct maintenance on the GV. - Upon completion of the course, the student will be able to: - Recall the safety precautions working on or near the engine. - Identify locations of principle components, and describe the normal function of each major system and sub-system - Recall procedures for carrying out routine servicing of the engine and its systems. - Interpret engine reports provided by flight crew members and information provided by on-board reporting systems and determine appropriate actions necessary to isolate faults, perform system, engine and component functional checks as specified in the maintenance manual. - Recall and perform procedures for replacement of principle components using approved technical data. - Identify borescope inspection ports, properly remove and install borescope port covers and recall procedures to determine the internal condition and serviceability of the cold and hot section portion of the engine using a borescope at a familiarization level. - Perform engine harness electrical troubleshooting techniques and exercises using a multi-meter diagnostic device - Recall and perform proper borescope procedures for the engine, using approved data and inspection criteria. - Determine the serviceability of engine components in the propeller gearbox, accessory gearbox, compressor, combustor and turbine sections of the engine. - Use modern borescope equipment and techniques to enhance the performance of the inspection using measuring and data recording techniques. 6.0 REFERENCES. Any required references will be provided in each task order awarded under this contract. 7.0 DELIVERABLES. The specific requirements for all deliverables will be described in each task order under this contract. Item 1 - PWS 1.10.1 - Course Completion Reports - Due within thirty (30) days after the end of each convening. Item 2 - PWS 1.10.1 - Student Feedback Reports - Due within thirty (30) days after the end of each convening. Item 3 - PWS 1.10.1 - Itemized Cost Summary/Invoice - Due within thirty (30) days after the end of each convening.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBF011/listing.html)
- Record
- SN02606769-W 20111015/111013234449-0edde5362e7047a7ff1139100706fc6b (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 |