SOLICITATION NOTICE
U -- Gulfstream V Maintenance Training - Troubleshooting and Maintenance Update Courses
- Notice Date
- 6/7/2012
- 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, United States
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-12-Q-DBF003
- Archive Date
- 6/27/2012
- Point of Contact
- James R. Robinson, Phone: 2024753786, Richard J. Murphy, Phone: 2024753232
- E-Mail Address
-
James.R.Robinson@uscg.mil, Richard.J.Murphy@uscg.mil
(James.R.Robinson@uscg.mil, Richard.J.Murphy@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation to fulfill Coast Guard training quotas for Gulfstream V maintenance training courses, specifically training on maintenance troubleshooting and updated maintenance practices. This solicitation is being issued in accordance with the Federal Acquisition Regulation (FAR) Part 12 and 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-DBF003 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. This solicitation is being released on a full and open competition basis. The Coast Guard intends to award a purchase order based on the results of this RFQ. The Coast Guard is soliciting Flight Safety as a sole source. However, the Coast Guard may entertain other quotes received if an Offeror can demonstrate its ability to provide courses tailored to the Gulfstream V aircraft that conform to the requirements of the PWS. --- This procurement will consist of the following Contract Line Items (CLINs): CLIN: 00001 Description: - Gulfstream V Advanced Troubleshooting Procedures Course Quantity: 1 Quota CLIN: 00002 Description: - Gulfstream V Updated Maintenance Practices Course Quantity: 3 Quotas   --- 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@uscg.mil on or before 5:00pm ET, on June 12, 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 course dates Section 2: Relevant past performance Section 3: A spreadsheet with pricing and discounts offered for each CLIN. 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. Page limit for quotes is 100 pages. (End of provision addendum) FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (Addendum) EVALUATION CRITERIA A firm fixed price Purchase Order will be awarded to the company that represents the lowest priced technically acceptable offer. In order to be considered technically acceptable, the Offeror must be able to provide training before July 27, 2012 to comply with the Coast Guard's internal order generation process. Factor 1: Course curriculum Factor 2: Relevant past performance Factor 3: Price For each factor, Offerors are required to provide the information described below: Factor 1 - Course Curriculum: The Government will evaluate each Offeror's curriculum information to determine the Offeror's capability of fulfilling the requirements. If the proposed course does not specifically meet the requirements, then a detailed narrative shall be included as to how the course can meet 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) o52.222-50, 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) •52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) •52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) The following 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)   --- SECTION III PERFORMANCE WORK STATEMENT CONTRACTOR TRAINING SUPPORT SERVICES FOR THE U.S. COAST GUARD OFFICE OF AERONAUTICAL ENGINEERING (CG-41) JUNE 06, 2012 1.0 GENERAL 1.1 SCOPE This effort requires the Contractor to make available (1) quota in a GV Advanced Troubleshooting Training course and (3) quotas in a GV Maintenance Update Training course for maintenance of the Coast Guard's Gulfstream V (GV) aircraft. The classes will require the Contractor to provide classroom instruction. Requirements regarding course and facilities are outlined in PWS 5.0. 1.2 BACKGROUND The USCG, Office of Aeronautical Engineering, (CG-41) is responsible for all maintenance action performed by the aircraft mechanics and aircraft technicians at Air Station Washington, D.C (AS DC). The USCG employs a bi-level maintenance structure. This structure consists of depot level maintenance and organizational maintenance. The USCG Aviation Logistics Center located in Elizabeth City, NC coordinates depot level maintenance for all USCG Aircraft. Each Air Station is responsible for completing organizational maintenance at their unit. The organizational maintenance performed by mechanics and technicians at AS DC provides safe and operable GV aircraft used to transport the Secretary of the Department of Homeland Security, the Commandant of the USCG, and other dignitaries. 1.3 CONTRACTOR PERSONNEL 1.3.1 Qualified Personnel The Contractor shall provide qualified instructor personnel to perform all requirements under each task order awarded under this Firm Fixed Price contract. 1.4 PERIOD OF PERFORMANCE The period of performance for this effort is 90 calendar days from the date of award. 1.5 PLACE OF PERFORMANCE The work to be performed under each task order will be performed at a training site provided by the Contractor. No work shall be performed at any Government site, base, or repair station. 1.6 HOURS OF OPERATION Contractors are free to operate within their normal commercial practices. 1.7 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 service(s) required of the contractor to attain the objectives and a performance standard per outcome. The PRS is not an exclusive remedy and the PRS does not preclude the Government from using any other remedy available by law or contract terms. 2.0 GOVERNMENT TERMS AND CONDITIONS 2.1 COR - Contracting Officer's Representative 2.2 GV - Gulfstream V aircraft 2.3 KO - Contracting Officer 2.4 OEM Approved Methodologies - Original equipment manufacturer approved and required methodologies for maintaining the Gulfstream V aircraft 2.5 PRS - Performance Requirements Summary 2.6 PWS - Performance Work Statement 2.7 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES The Government will not provide any resources. 4.0 CONTRACTOR FURNISHED RESOURCES The Contractor shall furnish a facility with materials, equipment, tools, labor and services necessary to fulfill the requirements of each task order. 4.1 LOCATION OF TRAINING FACILITIES The Contractor is required to provide a training facility that is within 50 miles of an airport. 4.2 FACILITY RESOURCES, FACILITIES, AND EQUIPMENT The Contractor shall furnish a facility OEM maintenance publications, maintenance training aids, specialized troubleshooting equipment and software that are designed to be used with the curriculum of each individual course. 4.2.1 The Government desires the contractor to provide access to a GV aircraft for use in training students when applicable. However, access to an aircraft is not required. 5.0 REQUIREMENTS The U.S. Coast Guard (USCG) seeks a contractor to provide instructional services for maintenance of the USCG's fleet of Gulfstream V (GV) aircraft. The Contractor shall provide courses in accordance with PWS 5.1 through 5.2. Each course shall not exceed a 5 day calendar period of instruction (including weekends and federal holidays). All courses must be specific to the Gulfstream V airframe. 5.1 GV ADVANCED TROUBLESHOOTING COURSE The Contractor shall provide a comprehensive maintenance-training course that will teach experienced GV maintenance technicians advanced troubleshooting techniques and procedures utilizing the GV maintenance manual and wiring diagrams. 5.1.1 The Contractor's course at a minimum, shall utilize OEM approved methodologies to teach standardized thought processes and skills required for in-depth analysis of complex aircraft systems. 5.1.2 The Contractor shall place an emphasis on practical troubleshooting application 5.1.3 Upon completion students shall be able to demonstrate their ability to effectively perform advanced troubleshooting techniques and procedures utilizing the GV maintenance manual and wiring diagrams. 5.2 UPDATED MAINTENANCE PRACTICES COURSE The Contractor shall provide a course that provides experienced GV maintenance technicians with information pertaining to the latest OEM updates, improvements, modifications, and service bulletins applicable to the GV. 5.2.1 The Contractor's course shall present the technicians with new field information for the maintenance of the GV aircraft. The Contractor's course shall not be a comprehensive review course. 5.2.2 Upon completion students shall be able to demonstrate their familiarity with information pertaining to the latest OEM updates, improvements, modifications, and service bulletins applicable to the GV. 5.3 COURSE EXAMINATIONS Courses shall have an examination that will evaluate the student's performance. 5.4 SCHEDULING Courses shall be scheduled by the COR, only following an issued task order signed by the KO. No course shall be convened prior to the issuance of a task order. 5.5 COURSE EVALUATION QUESTIONNAIRE On the final day of each course, the Contractor shall distribute and collect a course evaluation questionnaire from each student. The questionnaire will use a 1-5 scale that evaluates the course from a student perspective. The questionnaire will also include a comment section and an overall rating selection that measures the Contractor's performance as unsatisfactory, marginal, satisfactory, excellent, or outstanding. 5.6 COURSE COMPLETION The contractor shall provide the COR with a list detailing which students passed the course and which students failed following each course. 5.7 TRAINING CERTIFICATES The Contractor shall provide certificates of completion to each student for each course and a courtesy copy sent to the COR. 6.0 REFERENCES There are no Coast Guard references provided for this requirement. 7.0 DELIVERABLES The Contractor shall consider all items below as having mandatory due dates. Item 1 - PWS Section 5.1 - GV Advanced Troubleshooting Course - As scheduled between the COR and Contractor Item 2 - PWS Section 5.2 - GV Updated Maintenance Practices Courses - As scheduled between the COR and Contractor Item 3 - PWS Section 5.5 - Course Evaluation Questionnaire - Delivered to the COR no later than 30 days after the completion of each course Item 4 - PWS Section 5.6 - Course Completion - Delivered to the COR no later than 10 days after the completion of each course Item 5 - PWS Section 5.7 - Training Certificates - Delivered to each student no later than 30 days after the completion of each course 8.0 PERFORMANCE REQUIREMENTS SUMMARY Performance standards for each task order are as outlined below: Item 1: Objective: Provide Quality and Effective Instruction Required Service: Provide at least satisfactory course and instructors with performance measured by the course evaluation questionnaire. Performance Standard: The Contractor shall achieve a satisfactory or above rating from the USCG students attending each course (measured by the course evaluation questionnaires) Surveillance Plan: 100% COR surveillance. Item 2: Objective: Provide Satisfactory Instruction. Required Service: Provide satisfactory with performance measured by student pass/fail rate. Performance Standard: The Contractor shall achieve a pass rate of 75% of USCG students attending each course, measured on an annual basis for the date of contract award. Surveillance Plan: 100% COR surveillance. ---   SECTION IV 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 The Ombudsman Hotline telephone number is 202.372.3695.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-DBF003/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02769367-W 20120609/120607235754-b9e93ce80a329cafc6c32b7775ae36da (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 |