Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
MODIFICATION

U -- Forklift Training

Notice Date
6/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
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, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-12-Q-PBP067
 
Point of Contact
Kelson A. Baker, Phone: 7038565489, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil
(Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard is seeking to identify possible sources capable of fulfilling an existing requirement for forklift training services at various CONUS and OCONUS locations. See the Statement of Work below for details of the requirement. Interested parties are encouraged to provide a statement of capabilities and applicable past performance. Please include the following information in your capabilities statement: DUNS, Business Size, Business Status, GSA Schedule/GWAC (if available), and a point of contact. Due to USCG Internet restrictions, electronic mail attachments over 5 MB in size will not be received, and will need to be sent separately. It is the offereors responsibility to note the correlation of their proposal if sent over multiple emails. Capabilities Statement Submission Deadline: 1700ET on June 8, 2012 via email to Kelson Baker at Kelson.A.Baker@uscg.mil Statement of Work Dated January 18, 2012 1.0 GENERAL. 1.1 SCOPE. The purpose of this Indefinite Delivery Indefinite Quantity (IDIQ) contract is to obtain Contractor training support services for the U.S. Coast Guard (USCG) Office of Safety and Environmental Health. Specifically, this IDIQ requires the Contractor to provide classroom and lab instruction training for a five (5) day Forklift and Weight Handling course (code 500094) to a maximum class size of 25 students. The course shall give USCG personnel (active duty, reserves, civilian and auxiliary) the knowledge and skills necessary to perform as Forklift Operators and Trainers as well as Weight Handling Principles and Techniques. Training shall be held at the following locations: TRACEN Yorktown, Yorktown, VA and TRACEN Petaluma, Petaluma, CA with minor possibility of an exported course to CONUS or OCONUS locations not yet determined on an as-needed basis. 1.2 BACKGROUND. The USCG mission is to provide Forklift and Weight Handling training to selected personnel who work and around forklifts and weight handling equipment. The purpose of this course is to provide students with the technical knowledge and skills to perform the duties of a Forklift Operator as detailed in OSHA 29 CFR 1910 subpart N. 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). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one (1) alternate shall have full authority to act for the Contractor on all matters relating to 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 1630 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this contract. All Contractor employees supporting this requirement shall also be citizens of the United States.\ Project Manager - College degree and three years experience in the management of educational services contracts. Four years of related work experience may be substituted for a college degree. Instructor(s) - Five (5) years as a certified forklift instructor. 1.3.2.1.1 Instructors shall be qualified and experienced in field operations of weight handling and in classroom instruction. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. 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. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times. 1.3.4 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 USCG. 1.3.4.1 Contractor employees shall abide by the rules and regulations concerning the maintenance of personal standards for instructor integrity, grooming, conduct, speech, and student fraternization. The morale and motivation of student and instructional personnel must be maintained at a high level to ensure a favorable learning environment. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from USCG facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded under this contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 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 a 5 year (60 month) base period with the guarantee of one (1) class during the period of performance. 1.5.1 The Contractor will be notified of class schedules not less than thirty (30) days prior to convening of the first class. It is anticipated that there will be one (1) to six (6) course sessions scheduled per each option year as follows: TRACEN Yorktown, Yorktown, VA (02 sessions) and TRACEN Petaluma, Petaluma, CA (02 sessions); and exportable CONUS and OCONUS locations to be determined (see SOW 1.9). 1.6 PLACE OF PERFORMANCE. The primary places of performance will be USCG Training Centers in Yorktown, VA and Petaluma, CA, and exported to CONUS and OCONUS locations to be determined (see SOW 1.9). 1.7 HOURS OF OPERATION. Contractor employees shall generally perform all work between the hours of 0800 and 1630, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this task order. 1.7.1 Occasional non-standard training days may be required by emergencies, and operational commitments; therefore, in these cases, as much prior notification as possible will be provided to the Contractor. However, the course is designed for whole days and should not vary substantially from this format, e.g., ending after a half-day on the last day, two-hour lunches or ending class two hours early on days in the middle of the week. Likewise, extending past the normal ending time can only be done with the student's option since many students may have off-hour commitments. 1.8 TRAVEL. Travel is required for work performed at USCG facilities and therefore travel costs for work performed at USCG facilities will be reimbursed to the Contractor in accordance with FAR 31.205-46. The Contractor shall obtain the COTR's approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.8.1 Travel locations or Limitations. 1.8.2 The following are potential CONUS travel locations: Petaluma CA, New Orleans LA, St Louis MO, Detroit MI, Cleveland OH, Boston MA, Portland ME, Seattle WA, Portland OR, Portsmouth VA, Elizabeth City NC, Charleston SC, Buffalo NY, New York NY, Baltimore MD, Alameda CA, San Pedro CA, Los Angeles CA, San Francisco CA, Sacramento CA. 1.8.3 The following are potential OCONUS travel locations: Honolulu HI, Ketchikan AK, Kodiak AK, Netherlands, Guam and Japan. 1.9 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of the task order and review the Contractor's project plan and Quality Assurance Plan. (See 5.4.7) The Kick-Off Meeting will be held at the Government's facility or by phone. 1.10 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COTR not later than five (5) business days after the Kick-Off Meeting. 1.11 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with USCG Standard Workstation (Windows Vista and Microsoft Office 2007 Applications). 1.12 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under this contract shall be considered Government property. 1.12.1 All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of this contract shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.13 PROTECTION OF INFORMATION. Contractor access to proprietary information is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6). 1.14 SECTION 508 COMPLIANCE Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable EIT accessibility standards have been identified: Section 508 Applicable EIT Accessibility Standards 36 CFR 1194.21 Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then 1194.21 Software standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required 1194.31 Functional Performance Criteria, they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Section 508 Applicable Exceptions Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.3(b) Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. Section 508 Compliance Requirements 36 CFR 1194.2(b) (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires authorization from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 2.0 GOVERNMENT TERMS & ACRONYMS COTR Contracting Officer's Technical Representative GFE Government Furnished Equipment GFI Government Furnished Items IDIQ Indefinite Delivery Indefinite Quantity OSH Occupational Safety and Health OSHA Occupational Safety and Health Administration POC Point of Contact QCP Quality Control Plan RFP Request for Proposal SEH Safety and Environmental Health SME Subject Matter Expert SOW Statement of Work USCG United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES. The Government will provide the following property and information to the Contractor for work required in task orders awarded under this contract: 3.1 The Government will provide the following equipment for off-site Contractor use in performing work in task orders awarded under this contract: 3.1.1 The Government will provide classroom space, with chalk/dry marker boards, and standard audiovisual equipment (overhead projector, remotely controlled slide projector, projection screen, VCR, and monitor) for the course. For classes taught at TRACEN Yorktown, the Government will provide projection systems for computer-generated graphics. 3.1.2 The Contractor shall conform to all current and applicable USCG and local command instructions regarding physical security. 3.2 The Government will provide course addendums to training materials for USCG specific areas of focus that differ from Contractor's training package. (See 4.1) 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 SOW 3.0 and 5.0 of this work statement. At a minimum, the Contractor shall provide the following: Laptop Computer Course Training Outline and Test Material Power Point Disks Training Videos Handout Materials Training completion certificates for personnel completing course Copies of course manuals for each student Projection system for courses conducted outside TRACEN Yorktown or TRACCEN Petaluma. 4.1 The Contractor shall provide a printed instructional workbook to each student attending the course. (See 3.2) 4.1.1 The Contractor shall provide feedback and recommendations for improvements on USCG provided addendums to the COTR. 4.2 The Contractor shall provide a minimum of Two (2) 6K diesel or electric standard forklifts and weightlifting training equipment OR (4.3) 4.3 Arrange transportation of students to a location suitable for hands on training with Forklifts and weightlifting equipment. 4.3.1 If training would occur in an OCONUS location, the USCG unit hosting the training will assist in arranging the weightlifting equipment or a suitable training location. 5.0 REQUIREMENTS The Contractor shall provide classroom and lab instruction training for 1-6 sessions annually of a five (5)-day Forklift and Weight Handling course (Code 500094) to a maximum class size of 25 students. 5.1 INSTRUCTOR SUPPORT The Contractor's Instructor(s) shall maintain an environment conducive to learning and shall provide the following: 5.1.1 Maintain a high standard of professional qualifications in instructional and technical areas. 5.1.2 Utilize Government approved Instructor guide for this course and personalize it for each subject matter area as needed. 5.1.3 Recommend curriculum changes to course for approval by COTR prior to implementation. 5.1.4 Maintain qualifications in instructional techniques, training aids, training equipment, training devices and instructional material required to teach assigned topics. 5.1.5 Prepare the classroom for instruction (e.g., assemble course material as required, ensure course materials are brought into classroom,, arrange tables and chairs, layout course materials for each student) and ensure classroom is left in an orderly fashion at the end of each day, especially on the last day of the class. 5.1.6 Upon request of the appropriate authority, make academic comments concerning students. 5.1.7 Ensure a dignified, harmonious and professional classroom atmosphere. 5.1.8 Administer, grade and review examinations, as necessary. 5.1.9 Report all problem areas related to assigned duties and responsibilities to the COTR. 5.1.10 Teach all assigned topics, in accordance with contract requirements, effectively utilizing allotted time. 5.1.11 Perform operational check on assigned training equipment, devices and aids. 5.1.12 Refer unresolved students' disciplinary problems to the appropriate military authority. 5.1.13 Monitor students to ensure safe usage of all training equipment, devices and training aids. 5.2 COURSE CRITERIA The Contractor shall instruct a group-paced, criterion referenced, instructor managed, student participation, lecture/laboratory type instructional system that uses firmly established training procedures. All procedures shall be accomplished in accordance with the latest instructional methodology. Upon completion of this course, the students will be able to: 5.2.1 Forklift operator training 5.2.2 Fundamentals of mobile crane operation 5.2.3 Rigging principles / Weight handling 5.2.4 Practical demonstration of forklifts and rigging 5.3 COURSE CURRICULUM The Contractor shall provide training for the USCG using learning materials, equipment and methodologies to produce a graduate that satisfies the USCG's training mission. At a minimum, the curriculum shall address the following: 5.3.1 Forklifts Operation Design and types / application and limitations Causes and avoidance of accidents Moving with and without loads Appling OSHA and ANSI Standards Safety inspections Scanning techniques Operating conditions: Inside/outside, weather, ramps, trailers, elevators Pedestrian safety Rigging Design of a training course and practical application of training others in forklift operation. Train The Trainer (TTT) 5.3.2 Cranes Fundamental of Crane operation Design and types / application and limitations Causes and avoidance of accidents Moving with and without loads Appling OSHA and ANSI Standards Safety inspections Scanning techniques Operating conditions: Inside/outside, weather, ramps, trailers, elevators Pedestrian safety Rigging / Operator and rigger responsibilities Securing the Crane Design of a training course and practical application of training others in crane operation. Train The Trainer (TTT) 5.3.3 Rigging Rigging types and design Fundamentals of Rigging Rigging devices Causes and avoidance of accidents Appling OSHA and ANSI Standards Rigger Responsibilities Safety inspections Inspection procedures and checklists Preparing to lift Creating a lift Plan Determining load weight Lifting device Calculating sling loads Reeving Safe practices Attaching a load Handling a load 5.3.4 Practical operation and demonstration. Forklift operational course Perform pre-operational safety inspections Perform proficient operation Demonstrate ability to facilitate training Crane operations Observe demonstration of crane operations Observe various lifting and loading and unloading operations and rigging 5.4 INSTRUCTORS AND CLASS SIZE 5.4.1 At least one Instructor shall instruct each class. 5.4.2 The maximum class size is 25 students. 5.4.2.1 The Government reserves the right to cancel or change a convening at no cost/penalty to the Government. The Contractor will be notified no later than 7 calendar days prior to the first day of the class, if the convening is cancelled. 5.4.2.2 The Government reserves the right to exceed the class size on a case-by-case, limited basis at no extra cost to the Government if agreed to in advance by the COTR and the Contractor. 5.5 COURSE COMPLETION AND CRITIQUES 5.5.1 The Contractor shall administer a written test to each member of the class at the beginning and end of the course and the results will be recorded. The Contractor may administer written quizzes as necessary. 5.5.1.1 The Contractor shall modify testing to include content provided from USCG. 5.5.2 The Contractor shall provide graduation certificates for the course. These certificates shall be filled out by the Contractor at the end of each course and passed out to students who have successfully completed the course. 5.5.3 Contractor shall complete a non-completion record for each student who does not complete the course and provide to the COTR. 5.5.3.1 Any student missing more than 10% of a class will fail the course and not receive a graduation certificate. The contract instructor should contact the COTR immediately to discuss the student's situation. The Government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 5.5.4 Contractor Instructors will be evaluated by Government Subject Matter Experts and by student critiques. Contractor shall ensure that a student roster is completed and submitted to the COTR and that student critiques are completed. 5.5.5 The Contractor shall submit to the COTR a course completion report within five (5) business days after the end of each class convening. The report shall include, as a minimum, a student roster, pre and post class assessment, student critiques, test results and instructor comments/observations. 5.5.5.1 Based on feedback received from student critiques, the Contractor shall submit to the COTR recommendations for changes to the curriculum for upcoming training sessions. Upon agreement between the Contractor and the Government (see SOW 5.1.3), the Contractor shall implement the changes to the curriculum and provide an updated version to the Government not later than thirty (30) days prior to the upcoming training session. 5.5.6 The Contractor shall immediately report all accidents occurring on Government property involving contract employees to local emergency response units and to the local resident authority and report the findings in writing to the COTR within three (3) calendar days after the occurrence. When required, the Contractor shall provide input for reporting accidents involving USCG students. 5.5.7 The Contractor shall establish, maintain, and monitor the quality assurance of the services provided via a detailed QAP clearly stating his/her procedures for ensuring quality. As part of the plan, the Contractor shall establish and maintain an instructor evaluation system. Records of all instructor evaluations for contract employees shall be kept current, complete, and available to the Contracting Officer or COTR upon request during the performance of this task order. 6.0 REFERENCES. 6.1 29 CFR 1910 SUBPART N - Materials Handling and Storage 6.2 ANSI B30.2-43 (R 52) - Safety Code for Cranes, Derricks, and Hoists 6.3 ANSI B30.2.0-67 - Safety Code for Overhead and Gantry Cranes 6.4 ANSI B56.1-69 - Safety Standard for Powered Industrial Trucks 7.0 DELIVERABLES The Contractor shall consider items in BOLD as having mandatory due dates. All deliverables shall be submitted to the COTR in draft form according to the due date specified below. After receipt of USCG comments, the Contractor shall have five (5) business days to submit a final draft to the COTR. The Contractor shall consider items as having mandatory due dates. Items noted as "COTR Checkpoints" are deliverables or events that must be reviewed and approved by the COTR prior to proceeding to next deliverable in the SOW. Item 1: SOW 1.10 Kick-Off Meeting due Five (5) business days after the date of the award Item 2: SOW 1.11 Draft Contractor Project Plan Due at Kick-Off Meeting Item 3: SOW 1.11 Final Contractor Project Plan due Five (5) business days after the Kick-Off Meeting Item 4: SOW 5.0 Forklift Training Course Requirements due Varied - up to 25 students per class Item 5: SOW 5.5 Course Completion Certificates provided up to 25 students and COTR no later than 15 days after course completion
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBP067/listing.html)
 
Record
SN02764084-W 20120603/120601235743-2baf72ec814c0268178b6ded4c0102ed (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.