Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

U -- T56 A15 Engine Maintenance Training

Notice Date
6/21/2012
 
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-R-PBF023
 
Archive Date
7/28/2012
 
Point of Contact
James R. Robinson, Phone: 2024753786, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
James.R.Robinson@uscg.mil, robert.a.mann-thompson@uscg.mil
(James.R.Robinson@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to provide commercial maintenance training to US Coast Guard for the maintenance of the Rolls-Royce T56 A15 engine installed on the Coast Guard's fleet of HC-130H aircraft. Maintenance training courses shall be in accordance with the attached Performance Work Statement. This solicitation has been prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12 utilizing FAR 15 procedures. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The solicitation number is HSCG23-12-R-PBF023 and is being issued as a Request for Proposals. The associated North American Industrial Classification Systems (NAICS) code for this acquisition is 611519 with a size standard of $7 million. This requirement is being issued on a full and open basis with no set asides for small business concerns. The United States Coast Guard intends to award a single firm fixed price contract with a one-year base year and 4 one-year options. This procurement will consist of the following Contract Line Items (CLINs): Base Year CLIN: 00001 Description: - T56-A15 Engine Maintenance Training Course Quantity: 12 students annually Option Year 1 CLIN: 10001 Description: - T56-A15 Engine Maintenance Training Course Quantity: 12 students annually Option Year 2 CLIN: 20001 Description: - T56-A15 Engine Maintenance Training Course Quantity: 12 students annually Option Year 3 CLIN: 30001 Description: - T56-A15 Engine Maintenance Training Course Quantity: 12 students annually Option Year 4 CLIN: 40001 Description: - T56-A15 Engine Maintenance Training Course Quantity: 12 students annually SECTION I CONTRACT PROVISIONS FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jun 2008) (Addendum) SUBMISSION INSTRUCTIONS All proposals shall be submitted to the attention of the Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil on or before 1400 ET, on July 13, 2012. Due to USCG internet restrictions, electronic mail attachments over 5 MB in size shall not be accepted. Offers shall be limited to 20 pages all inclusive with page numbers in sequential order. The page limits exclude resumes and FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offers shall be sectioned into three volumes: Volume 1: Technical Proposal Volume 2: Relevant Past Performance Volume 3: Price Volume One Contents: The Offeror shall provide the following in its Volume One in order to be considered complete: (1) A brief course description and an outline of the course. The proposal shall include a table demonstrating how the proposed course aligns with the requirements in PWS 5.1. (2) A description of the Offeror's facility in accordance with PWS 4.1. (3) The proposed instructor resumes that meet or exceed the qualifications in PWS 1.3.2. (4) Any assumptions or exceptions taken with regard to the PWS shall be detailed in a section titled "Assumptions and Exceptions." However, all Offeror's are strongly encouraged to submit questions before the deadline to alleviate any concerns they may have. Volume Two Contents: The Offeror shall provide the following in its Volume Two in order to be considered complete: (1) Up to three past performance references that are specifically related to the requirements. The references should include the name of the point of contact, a telephone number, and a description of how the reference is related to the Coast Guard's requirements. If there are no past performance references available, please provide the following statement in your offer: "No Past Performance information available." Volume Three Contents: The Offeror shall provide the following in its Volume Three in order to be considered complete: (1) Pricing for all CLINs using the structure above including any discounts given; (2) Dun and Bradstreet Number; and (3) A statement whether their company is registered in the Central Contractor Registration (CCR) database under the appropriate NAICS code for this solicitation. Any contractor who is not registered under the NAICS code for this solicitation may not be considered for award. Offerors shall submit each volume as a separate document file. The minimum font size is 12, excluding graphics and tables which may use a font size smaller than 12. All proposals shall be emailed. QUESTIONS All questions or concerns regarding any aspect of this RFP shall be forwarded to Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil by June 27, 2012 at 1400 ET, so that they can be addressed prior to the RFP deadline for all offerors. (End of provision addendum) FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (Addendum) EVALUATION CRITERIA A firm-fixed price contract will be awarded to the company determined to represent the overall best value to the USCG. In accordance with FAR 15, the Government will determine the best value using the tradeoff process. The tradeoff process will lead to an award decision that is made between the following price and non-priced evaluation factors: Factor 1: Technical Approach Factor 2: Relevant Past Performance Factor 3: Price The evaluation factors listed above are in descending order of importance. Technical approach and past performance are more important than price. When combined, technical approach and past performance are significantly more important than price. However, as the technical approach and past performance factors converge, the price may become more important. The Government reserves the right to award with or without conducting discussions. For each factor, offerors are required to provide the information described below: Factor 1 - Technical Approach: The Government will evaluate each Offeror's technical proposal to determine their capacity to perform all the requirements outlined in the PWS, which will include an evaluation of the following: (1) The courses being offered and how they align to the Government's specific training requirements established in PWS 5.1. (2) A description as to how the Offeror will meet the hands-on training requirement established in PWS 5.1. (3) The experience of the proposed instructors in accordance with PWS 1.3.2. (4) The contractor's facility in accordance with PWS 4.1. 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. To be considered relevant, the services must have been performed within the past three years. The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor 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. The USCG reserves the right to also consider other ways to evaluate past performance. Factor 3 - Price: The Government will evaluate the total overall price to determine price reasonableness by using competition or by using other methods. (End of provision addendum) SECTION II ADDITIONAL CONTRACT CLAUSES AND PROVISIONS The following clauses are hereby incorporated by reference: FAR 52.202-1 Definitions (JUL 2004) FAR 52.202-4 Printed or Copied Double-Sided on Recycled Paper (May 2011) FAR 52.203-7 Anti-Kickback Procedures (JUL 1995) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-3 Alternate I Offeror Representations and Certifications -- Commercial Items (MAR 2009) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Nov 2011) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008) FAR 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:  52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010)  52.209-10, Prohibition on Contracting with Inverted Domestic Corporations  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)  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)  52.222-50, Combating Trafficking in Persons (Feb 2009)  52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)  52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003),  52.233-3 Protest After Award (Aug 1996)  52.249-1, Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984)  52.252-2, Clauses incorporated by reference (Feb 1998) FAR 52.214-34 Submission of Offers in the English Language (APR 1991) FAR 52.214-35 Submission of Offers in U.S. Currency (APR 1991) The following HSAR clauses are 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)   SECTION III CONTRACT ADMINISTRATION AND INVOICING REQUIREMENTS Invoicing Instructions (a) Each invoice shall contain the following information: (1) Contract Number (2) Name of the Contract Specialist or Contracting Officer (3) Invoice Routing Code (IRC) provided in paragraph (b) below. (4) Annotate on the invoice indicating that the contractor represents a Small Business for accelerated payment purposes (5) DUNS number (b) The Coast Guard unique Invoice Routing Code (IRC) for this contract is: CG-9121. (c) Each invoice must be submitted to the designated billing office via one of the following modes listed in descending order of preference: (1) FINCEN Website invoice receipt form: http://www.fincen.CG.mil/centralinv/central_inv_contr.cfm (2) Fax: (757-523-6900) (3) Mailed to: Commercial Invoices U.S. Coast Guard Finance Center 1430A Kristina Way Chesapeake, VA 23326 (d) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe.pdf formatted file, or as otherwise specified in the contract. (e) It is mandatory that a copy of the invoice, and all supporting documentation, shall also be e-mailed to the Contract Specialist and the COR at the addresses cited below: Contract Specialist: James Robinson at James.R.Robinson@uscg.mil COR: AMTCM Gerald Leach at Gerald.B.Leach@uscg.mil (f) In accordance with the Prompt Payment Act, for the purposes of determining a payment due date and the date on which interest will begin to accrue if a payment is late, a proper invoice shall be deemed to have been received: (1) On the later of: (i) For invoices that are mailed or transmitted via facsimile, the date a proper invoice is actually received by the designated billing office and annotates the invoice with date of receipt at the time of receipt. (ii) For invoices electronically transmitted by the contractor via web based submission, the date a transmission is received by the designated billing office, and receipt confirmation is provided to the designated recipient; or (ii) The seventh day after the date on which the property is actually delivered or performance of the services is actually completed; unless- a) The agency has actually accepted the property or services before the seventh day in which case the acceptance date shall substitute for the seventh day after the delivery date; or b) A longer acceptance period is specified in the contract, in which case the date of actual acceptance or the date on which such longer acceptance period ends shall substitute for the seventh day after the delivery date; (2) On the date placed on the invoice by the contractor, when the agency fails to annotate the invoice with date of receipt of the invoice at the time of receipt (such invoice must be a proper invoice); or (3) On the date of delivery, when the contract specifies that the delivery ticket may serve as an invoice. (4) Web-based submission by the contractor and receipt confirmation does not reflect Government review or acceptance of the invoice. (5) Payment inquiries and status may be obtained - at the following website: https://www.fincen.CG.mil/secure/payment.htm (g) The last invoice submitted for this award shall be clearly labeled, "FINAL INVOICE." (h) Along with the invoice, the Contractor shall submit the invoice submission confirmation report generated by FINCEN to the Contract Specialist and COR above. (i) Failure to comply with any of these instructions shall result in the invoice being rejected.   SECTION IV PERFORMANCE WORK STATEMENT UNITED STATES COAST GUARD DCMS-81 MAINTENANCE TRAINING COURSES FOR THE T56 A15 ENGINE UTILIZED ON HC-130H AIRCRAFT 1.0 GENERAL 1.1 Scope. This effort requires the Contractor to make seats available in maintenance training courses for the Rolls Royce T56-A15 engine. These engines are utilized on United Stated Coast Guard (CG) HC-130H aircraft. The CG requires seats in three courses annually with four CG students attending each course. 1.2 Background. The U.S. Coast Guard, Chief of Aeronautical Engineering (CG-41) manages a network of aircraft mechanics across the country that provides safe and operable aircraft ready to perform the various Coast Guard missions on a moment's notice. In order to ensure the safety of our aircrews and the continued excellent stewardship of the American tax-payers resources, the Coast Guard will need to provide its aircraft maintenance personnel the best aircraft engine maintenance training possible in order to meet these challenges. These engine maintenance courses are exclusively for the T56-A15 engines housed within the Coast Guard's legacy fleet of C-130H aircraft. Therefore, these requirements are not an indication of other Coast Guard aircraft maintenance training requirements. 1.3 Contractor Personnel. The Contractor shall provide qualified personnel to fulfill these requirements. 1.3.1 Scheduling Point of Contract. The Contractor shall provide a point of contact that will schedule classes with the COR. This point of contact must speak English. 1.3.2 Instructor Qualifications. The Contractor shall provide resumes for all instructors who shall provide training. Experience history must be outlined in each instructor's resume. All instructors shall possess the following qualifications: 1.3.2.1 - A minimum of 3 years aircraft maintenance experience 1.3.2.2 - A minimum of 1 year experience maintaining T56 A-15 engines 1.3.2.3 - A minimum of one year experience as a primary classroom instructor providing training 1.3.2.4 - Must speak English 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 encompasses a one-year base period and 4 one-year option years. 1.6 Place of Performance. All work shall take place at the Contractor's facility. 1.7 Hours of Operation. The Contractor is free to operate their courses within normal commercial practices. 1.8 Course Scheduling. The course dates shall be scheduled by mutual agreement between the Contractor and the COR. The most desired course dates would be in February, March, and April. However, unforeseen circumstances may interfere with this schedule and courses shall be re-scheduled by mutual agreement between the Contractor and COR. No courses shall proceed without a contract signed by a warranted KO. 1.9 Performance Requirements Summary. The contract will be performance based and incorporate the Performance Requirements Summary (PRS) outlines n PWS 8.0. In general, the PRS will set forth the expected outcomes (objectives) of the contract, 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 inclusion of the PRS does not preclude the Government from using any other remedy available by law or contract terms. 2.0 GOVERNMENT TERMS CG - United States Coast Guard COR - Contracting Officer's Representative KO - Contracting Officer NLT - No later than OEM - Original Equipment Manufacturer PRS - Performance Requirements Summary PWS - Performance Work Statement 3.0 GOVERNMENT FURNISHED RESOURCES The CG will not furnish any resources for this requirement. 4.0 CONTRACTOR FURNISHED RESOURCES 4.1 Training Facilities. The Contractor shall furnish all facilities, materials, and equipment necessary to fulfill the requirements. At a minimum, the facilities must include Rolls Royce T56-A15 engines and associated maintenance stands, lifts, tools, and diagnostic equipment. The Contractor's facilities must be air conditioned and be free from visual distraction and noise. 4.2 Facility Location. The Contractor's facility must be within 50 miles of an airport within the continental United States. 5.0 REQUIREMENTS The Contractor shall provide three training courses annually to CG personnel. Each course shall be composed of four CG students. 5.1 Rolls Royce T56-A15 Engine Maintenance Training Course. The contractor shall provide training to Coast Guard personnel. The course shall be at least 5 days in length, but shall not exceed a 10 day period. The majority of instruction time shall be hands-on with a T-56 A-15 engine and nacelle assembly. The main focus of this training will be on T56 A-15 system knowledge and troubleshooting skills. At a minimum, the training shall include the following major system and sub-systems of the T-56 A-15 engine: 5.1.1 - T-56 A-15 engine operation and component interrelation. 5.1.2 - Engine bleed air system description, operation, component removal, installation, and fault isolation procedures. 5.1.3 - Engine fuel systems description, operation, component removal, installation, and fault isolation procedures. 5.1.4 - Engine temperature datum control system description, operation, adjustment and fault isolation. Students will be taught rich lean check procedures with emphasis placed on identifying discrepancies. 5.1.5 - Removal and installation of turbine, with emphasis placed on the importance of correct turbine clearance. 5.1.6 - Compressor rotor and turbine rotor/stator inspection techniques, including visual and borescope, including damage identification, damage limitations, and repair techniques for damaged compressor/turbine rotor blades 5.1.7 - Engine systems hot section disassembly and inspection & reassembly. Inspect fuel nozzles and thermocouples to identify discrepancies and associated engine malfunctions the discrepancy would cause. 5.1.8 - Troubleshoot common problems such as hot/cold start, incorrect oil temp/pressure, and low power issues. 5.1.9 - T-56 A-15 engine systems reduction gear box disassembly and inspection and reassembly procedures with emphasis placed on tachometer generator drive replacement, propeller brake replacement, propeller brake flushing, and inspecting for propeller shaft vertical play limitations. 5.1.10 - Upon completion of the course, CG students shall be able to demonstrate the ability to perform maintenance on the T56-A-15 engine utilized on the HC-130H aircraft. 5.2 Course Examinations. Upon conclusion of each course, the Contractor shall test the students on the subjects taught. The examination format shall be at the discretion of the Contractor; however, the Coast Guard would prefer a hands-on examination format. 5.3 Student Feedback Reports. On the final day of each course, the Contractor shall distribute and collect a course feedback report from each student. The Contractor must send each completed feedback report to the COR NLT 30 days after the conclusion of each course. The Contractor is free use its normally used feedback report. However, if the Contractor does not employ a feedback report, one shall be generated to gauge the student reaction to the course. 5.4 Course Completion Reports. The Contractor shall submit a simple one-page report NLT 5 days upon completion of each course. The report shall list the names of the students who attended the course and whether the student passed or failed. 5.5 Course Completion Certificates. A certificate of completion shall be provided to each CG student who successfully completed the training course NLT 30 days after completion of the course. 5.6 General Reporting Requirements. The Contractor shall provide all reports in an electronic format that is compatible with Microsoft 2007 application. 6.0 REFERENCES. There are no references provided for this requirement 7.0 DELIVERABLES. ITEM PWS DELIVERABLE / EVENT DUE BY Item 1 PWS Section 5.1 - 5.2 Rolls Royce Deliverable T56-A15 engine maintenance training courses Due Date As scheduled between the COR and Contractor. Iteam 2 PWS Section 5.3 Deliverable Student feedback reports Due Date Due to the COR NLT 30 days after completion of each course. Item 3 PWS Section 3 5.4 Deliverable Course completion reports Due Date Due to the COR NLT 5 days after completion of each course. Item 4 PWS Section 5.5 Deliverable Course completion certificates Dye Date Due to the students and the COR NLT 30 days after completion of each course. 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). Performance standards for each task order are as outlined below. Objective Provide satisfactory instruction to the Government Required Service Provide satisfactory courses and instructor(s) with performance measured by the student feedback reports and the student pass/fail ratio. Performance Standard The Contractor shall achieve at least a 75% satisfactory rate on the student feedback reports and 75% of the students must pass during a contract year. Surveillance Plan 100% COR surveillance. SECTION VI 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 cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG 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-R-PBF023/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02782700-W 20120623/120621235813-d033ded758d876f6680d4cc1e95677f8 (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.