Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOLICITATION NOTICE

U -- Crude Oil Wash/Inert Gas Training

Notice Date
7/10/2012
 
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-PBM006(2)
 
Point of Contact
Devin J. Fitzpatrick, Phone: 2024753781, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
devin.j.fitzpatrick@uscg.mil, robert.a.mann-thompson@uscg.mil
(devin.j.fitzpatrick@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ# HSCG23-12-Q-PBM006(2) Description: Crude Oil Wash/Inert Gas Training Course. This acquisition is being issued in accordance with FAR Part 13. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is HSCG23-12-Q-PBM006(2). This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-58 (May 18, 2012). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This acquisition is a small business set-aside for the associated NAICS codes 611310 and 611519 with a small business size standard of $7 million dollars. The USCG requires the following services in accordance with the attached Performance Work Statement: USCG CRUDE OIL WASH/INERT GAS SYSTEMS COURSE PERFORMANCE WORK STATEMENT 1.0 GENERAL. 1.1 The purpose of this Performance Work Statement (PWS) is to facilitate the attainment of Contractor Training support services for the United States Coast Guard (USCG) Office of Vessel Activities (CG-543). The purpose of this Firm Fixed Price (FFP) contract is to obtain Contractor technical and administrative support services for CG-543 for a Crude Oil Wash/Inert Gas System (COW/IGS) Course. 1.2 BACKGROUND. This performance work statement is intended to solicit the services of a commercial vendor to conduct a one week course (five day format) designed to train Coast Guard personnel in how to effectively inspect crude oil wash and inert gas systems on U.S. and foreign tank vessels. Each one week (five working day, 40-hour training session) class shall be attended by up to 25 students. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this PWS. All Contractor employees supporting this purchase order shall be English speaking. 1.3.1.1 Instructor. The Contractor shall provide an Instructor who shall be responsible for all Contractor work performed under this task order. The Instructor is further designated as Key by the Government (see PWS 1.4). 1.3.1.2 The Instructor shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer's Representative (COR). It is anticipated that the Instructor shall be one of the senior level employees provided by the Contractor for this work effort. The name of Instructor, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Instructor, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Instructor, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this task order. The Instructor and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Instructor without prior acknowledgement from the Contracting Officer. The Instructor must have three years experience in teaching maritime training courses. The Instructor must also have four years of related work experience. 1.3.1.3 The Instructor shall be available to the COR via telephone between the specified hours of operation found below (See PWS 1.8), and shall respond to a request for discussion or resolution of technical problems within 2 hours of notification. 1.3.1.4 Instructor - Must also meet the requirements of a Qualified Instructor as described in Navigation and Vessel Inspection Circular (NVIC) 6-97. NVIC 6-97 is available at: http://www.uscg.mil/hq/cg5/nvic/nvic.asp 1.3.2 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment 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 any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the Contracting Officer. The Instructor is designated as key. 1.5 SECURITY. Contractor access to Sensitive but Unclassified (SBU) information may be required under this purchase order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination. Additional details will be provided as needed. 1.6 PERIOD OF PERFORMANCE. The period of performance for this purchase order is from date of award through 9/30/2012. 1.7 PLACE OF PERFORMANCE. The primary place of performance will be at the Contractor's facilities. 1.8 HOURS OF OPERATION. Contractor shall generally perform all training between the hours of 0800 and 1700 local time, Monday through Friday (except Federal holidays). 1.9 TRAVEL. Contractor travel is not required. 1.10 KICK-OFF MEETING. The Contractor shall participate in a Kick-Off Meeting with the Contracting Officer and the COR NLT 5 (five) 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 objectives of this course. The Kick-Off Meeting will be held via conference call and at no additional cost to the Government. 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 Windows Microsoft Office 7 Applications. 1.12 INTELLECTUAL 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 purchase order 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 information protected under the Privacy Act is required under this task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 COR Contracting Officer's Representative 2.2 KO Contracting Officer 2.3 TPM Technical Project Manager, a Government employee 2.4 USCG United States Coast Guard 2.5 IGS Inert Gas System 2.6 CFR Code of Federal Regulations 2.7 COW Crude Oil Wash 2.8 SOLAS Safety of Life And Sea 2.9 FSS Code International Code for Fire Safety Systems 2.10 IBC Code International Code for the Construction and Equipment of Ships Carrying Dangerous Chemicals in Bulk 3.0 GOVERNMENT FURNISHED RESOURCES. The government shall provide copies of the references cited in PWS 6.0 at the Kick-Off meeting. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, labor, equipment and services necessary to fulfill the requirements of this purchase order, except for the Government Furnished Property specified in the section 3 and 6 of this performance work statement. 5.0 REQUIREMENTS. The contractor shall be equipped and capable of providing training to a maximum of twenty five (25) students for the Crude Oil Wash/Inert Gas System Course. 5.1 OBJECTIVES. The Contractor shall conduct training for all scheduled offerings of the Crude Oil Wash/ Inert Gas System Course (PWS 6.4). This 5 day course provides up to 25 students with a comprehensive overview of the design standards, operation and USCG inspection/ examination requirements for Crude Oil Wash and Inert gas systems installed on U.S. and foreign flagged tank vessels. Following the course, students must be able to: 5.1.1 Specify the reasons for inerting and explain the principles behind inert gas systems; 5.1.2 Describe the standard components of an inert gas system; 5.1.3 Explain international and domestic liquefied inert gas system design and construction requirements in accordance with the International Code for Fire Safety Systems (FSS Code) and 46 CFR Part 32.53; 5.1.4 Describe the purpose and standard components of crude oil wash systems; 5.1.5 Explain international and domestic crude oil wash system design and construction requirements in accordance with the International Conventions for the Prevention of Pollution from Ships (MARPOL) and 33 CFR 157. 5.2 COURSE MATERIALS/SUPPLIES The contractor shall provide a course workbook for each student and a master instructor workbook. Supporting material such as handouts, slides, PowerPoint presentations, and other instructional material shall be included in the workbooks. The workbooks shall be presented in a three-ring binder, with titled dividers separating each session. The contractor shall furnish materials necessary for organization of training materials (binders), name plates, pencils, scratch paper, and any consumable classroom materials. In addition the Contractor shall provide each student with a personal, take-home copy of the following text: 5.2.1 The current edition of the International Code for Fire Safety Systems (FSS Code) 5.2.2 A printed copy of IMO Resolution A.446 (XI) - Specifications for the design, operation and control of crude oil washing systems and the amendments of A.497 (XII) and A.897 (21). 5.2.3 The current edition of 46 CFR Parts 1-40, or a printed copy of the sections relating to inert gas systems and covered during the course. 5.2.4 The current edition of 33 CFR Parts 125 to 199, or a printed copy of the sections on crude oil wash systems and covered during the course. 5.3 CLASS SCHEDULE AND ROSTER The COR will provide notification to the contractor no later than 30 days prior to the Crude Oil Wash / Inert Gas System course convening. The COR will provide the Contractor, at least two weeks prior to the course convening, the student roster (including unit name/address and student's e-mail address) with the names of students registered for the course. Typically these personnel will not have attended prior Crude Oil Wash / Inert Gas System training, but will possess a Marine Inspector or Port State Control Officer background. The class will consist of no more than 25 participants. 5.4 TRAINING FACILITIES The Contractor shall provide a classroom facility of appropriate size with appropriate access to male and female restroom facilities for a class size minimum of at least 25 participants and shall be free from external noise and distractions. The classroom will be outfitted with instructional support equipment necessary to deliver the course material. The contractor shall be responsible for setting up the training facility, arranging furniture as necessary, laying out participant materials, and preparing equipment and instructor aids. 5.5 HANDS ON OPERATIONAL EXPERIENCE The Contractor shall provide a liquid cargo operation hands on experience to reinforce classroom learning objectives. The liquid cargo operations hands on experience can be a computer based simulator, an actual tanker ship, or other type of training equipment. The liquid cargo operations hands on experience should be modeled after systems used aboard actual crude oil and product carriers. The liquid cargo operations hands on experience must have a high level of realism with flexibility to model different vessel types and provide students the opportunity to simulate starting, operating, and securing shipboard inert gas systems. It should also be used to show the relationship and interaction between inert gas system components and the liquid cargo transfer system. 5.6 BREAK PERIODS The Contractor shall provide break periods not to exceed 5 minutes every training hour. The Contractor may combine two breaks to provide break periods not to exceed 10 minutes every 2 hours. 5.7 PRETEST MATERIAL The Contractor shall prepare a minimum of 20 questions, fill-in-the-blank, to assess the knowledge of course attendees in liquefied gas cargo terminology and hazards and liquefied gas carrier construction and design requirements. The Contractor shall send the pre-test by email to the course attendees at least one week before the course convenes. Attendees will complete and return the completed pre-test by email to the Contractor. Questions shall include: 5.7.1 Minimum of eight (8) questions on inert gas system and crude oil wash system components and principles. 5.7.2 Minimum of twelve (12) questions on International and Domestic regulations related in inert gas and crude oil was systems. 5.8 ASSESSMENT All course attendees shall be assessed either during or at the end of the course to demonstrate they meet course objectives and to receive feedback on their performance. Performance should be evaluated with the highest degree of simulation as possible. The Contractor shall prepare 3 assessment scenarios to assess the knowledge gained by course attendees in liquefied gas cargo hazards, liquefied gas carrier terminology, and liquefied gas carrier requirements making sure each objective are covered in at least 1 of the scenarios. These assessments shall be completed in groups of no more than 4 (similar to that of an examination team). The Contractor should ensure each group contains an appropriate mix of experience. Each assessment scenario should take no more than 1 hour to complete. Groups should be scored using a Pass/Fail evaluation standard for each scenario. The assessments and performance measures (assessment criteria) shall be initially submitted and approved by the COR prior to the class start date. This submission should include the Contractor's plan for groups that do not pass an assessment scenario. Any changes to the assessments shall be approved by the COR. 5.9 COURSE EVALUATION. 5.9.1 Course Evaluation The Contractor shall provide a structured student course evaluation questionnaire to be completed by all participants for each section of the course. 5.9.1.1 The questionnaires shall be directed toward eliciting participants' comments as to the value of the material taught, recommended changes and/or additions, and the quality of the instructor staff, and training site. 5.9.1.2 The evaluation shall be initially submitted and approved by the COR prior to the class start date. Any changes to the evaluation shall be approved by the COR. 5.9.1.3 The Contractor shall provide to the COR a consolidated report of the course evaluations with recommendations for course enhancement not later than thirty (30) days after the end of the course. 5.9.1.4 The government may send observers to the facility during the course session to evaluate the Contractor's performance in meeting the course objectives and the other requirements of this Performance Work Statement. 5.10 COURSE CERTIFICATES. The contractor shall provide each graduate with a certificate attesting to the successful completion of the course. The certificate shall include official logos for the U.S. Coast Guard and U.S. Department of Homeland Security. The certificates shall also include, at a minimum, the course title, date of completion and signatures of the contractor's Director of Training (or equivalent) and the contractor's instructor. The contractor shall provide the certificate to the attendee no later than fifteen (15) days after the course ends. 6.0 REFERENCES. 6.1 Certificate of Compliance 6.2 Foreign Tank Vessel Examiner Performance Qualification Standard (PQS) Workbook 6.3 Foreign Tank Vessel Examiner Job Aid (CG-840) 7.0 DELIVERABLES. The Contractor shall consider items in BOLD as having mandatory due dates. Items noted as "COR Checkpoints" are deliverables or events that must be reviewed and approved by the TPM and the COR prior to proceeding to next deliverable or event in this PWS. ITEM PWS DELIVERABLE / EVENT DUE BY 1 1.10 Kick-Off Meeting No later than five (5) business days after the date of the award 2 5.6 Pretest No later than five (5) business days after the Kick-Off Meeting; submitted for COR approval. 3 5.7 Performance Assessments No later than five (5) business days after the Kick-Off Meeting; submitted with the Project Plan for COR approval. 4 5.9 Course Evaluations Drafts no later than five (5) business days after the Kick-Off Meeting. Course evaluation must be submitted no later than thirty (30) days after the course. 5 5.10 Course Completion Certificates No later than five (15) business days after course completion 8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). The PRS table below reflects the deliverables considered by the Coast Guard to be most important for the successful performance of this purchase order. This includes the expected standards of performance and planned reductions for not meeting those standards. The Government will establish a Quality Assurance Surveillance plan that is not part of this purchase order in order to monitor performance requirements summary items described in the table below. CONTRACTOR PROGRAM MANAGEMENT, TECHNICAL AND ADMINSISTRATIVE SUPPORT SERVICES FOR THE OFFICE OF VESSEL ACTIVITIES (CG-543) Objectives Required Service Performance Standard Reductions 1. Course Evaluations Conduct and analyze student evaluations to provide summary of student evaluations and recommendations for course enhancement. (PWS 5.9) Survey summary is submitted no later than 30 days after course completion. Summary shall demonstrate thoughtful analysis and summary of student feedback. Innovative recommendations for course enhancement. If the performance is determined to be unacceptable to the COR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance evaluation. END OF PERFORMANCE WORK STATEMENT Applicable Clauses: The provision at 52.212-1, Instructions to Offerors-Commercial and is supplemented as follows: Quoters shall submit the following in order to be considered for award: 1. Technical Capability to meet the requirements of the Government- Quoters shall submit their technical approach that will demonstrate their understanding of the process and procedures for performing training support services for the USCG, their ability to accomplish all objectives and deliverables listed in the attached PWS, and maintain the highest standards in the professional services delivered. In this technical description each Quoter must provide the name and resume of any instructors that will be teaching this course. Quoters must provide a detailed description of all topics that will be covered in their course. Quoters must also provide a description of their solution for meeting the hands on operational experience requirement. 2. Price - Quoters shall submit their Firm Fixed Price quote per student, for one course of up to 25 students that is inclusive of all tasks, objectives, and deliverables in the attached PWS. Quoters will not be asked to quote on travel as this will be a NTE CLIN that will be reimbursed based on the criteria set forth in the PWS. 3. PAST PERFORMANCE - Quoters must provide contract numbers and government points of contact for (3) similar efforts performed within the last three years. Quotes shall include pricing inclusive of all shipping, handling. Delivery will be FOB Destination. All quotes shall include a point of contact, name, email address, phone number, business size, and payment terms. 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/. Question Submission Deadline: Vendors shall submit all questions regarding this solicitation via email to Devin Fitzpatrick at devin.j.fitzpatrick@uscg.mil no later than Wednesday July 11, 2012 at noon ET. The answers to all questions will be posted as an attachment to this solicitation after the deadline has passed. Quote Submission Deadline: Vendors shall submit an electronic version of their quote in word or adobe pdf format by 12:00 PM ET on Tuesday July 17, 2012 via email to Devin Fitzpatrick at Devin.j.fitzpatrick@uscg.mil. The provision at 52.212-2, Evaluation-Commercial Items. To be included in paragraph (a) of that provision: The USCG intends to award a purchase order to the company whose quote represents the best value to the Government. The evaluation shall consider the quoters response to each of the following evaluation factors in no order of importance: 1. Technical Capability to meet the requirements as outlined in the PWS such as: a. Qualifications of the Instructor b. Content of course c. Hands On Operational Experience 2. Price 3. Past Performance. Offerors will include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include the following provisions and clauses: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-50, Combating trafficking in persons (Feb 2009); 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses and provisions apply to this acquisition: 52.216-24 Limitation of Government Liability (Apr 1984); 52.216-25 Contract Definitization (Oct 2010); 52.223-18 Encouraging contractor policies to ban text messaging while driving (Aug 2011); 52.225-13 Restrictions on certain foreign Purchases (June 2008); 52.225-25 Prohibition on contracting with entities engaging in sanctioned activities relating to Iran- Representation and Certification (Nov 2011); 52.233-3 Protest after Award (Aug 1996); 52.233-4 Applicable law for breach of contract claim (Oct 2004); 52.244-6 Subcontracts for Commercial items (Dec 2010); 52.245-1 Alt. I Government Property (Apr 2012); 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). All clauses will be incorporated by reference in the order. Coast Guard Acquisition Procedures (CGAP) APPENDIX C - CHAPTER 3033 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. 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: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695. (End of Clauses and Provisions) END OF SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBM006(2)/listing.html)
 
Record
SN02798645-W 20120712/120710235857-bb89cb7e3e8f0274b5f04bd2d0b635c3 (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.