Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

R -- CRM TRAINING

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG23-07-R-PKB154
 
Response Due
9/18/2007
 
Archive Date
10/30/2007
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the attached Performance Work Statement (PWS) in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG23-07-R-TBK154. This solicitation is issued as a request for proposals (RFP) under NAICS code 541611 (size standard, $6.5M). The U.S. Coast Guard (USCG) have a requirement to develop and implement an Enhanced Crew Resource Management (CRM) Program with an ?Train the Trainer? element tailored to Coast Guard specific missions and aircraft that focuses on a scientific approach to error management in the automated aircraft environment in accordance with (IAW) the attached PWS. CLIN 0001 CRM Courseware Design and Curriculum The contractor shall develop an Enhanced CRM program designed to train Coast Guard personnel in error management in Coast Guard automated aircraft (i.e. HH-60J, MH-60J, HH-60T, MH-60T, HC-130J, HH65C and MH-65C). CLIN 0002 Certification Training (Train the Trainer) for Enhanced CRM Program Contractor shall develop a methodology for USCG personnel to conduct personal error management in USCG flight operations. The Contractor shall provide expert skills and knowledge to conduct a CRM ?Train the Trainer? course designed to train Coast Guard personnel in teaching the Contractor?s methodology. CLIN 0003 Program Assessment Tool for Continual Improvement The Contractor shall provide a mechanism for continual improvement of the CRM program through effectiveness assessments. As a result of this solicitation, it is anticipated that a Firm-Fixed Priced type contract will be awarded. The period of performance will be three years from date of award. Offerors shall provide prices for the above Contract Line Item Numbers (CLINS) IAW with the attached PWS for each of the three years: The following FAR provisions and clauses apply to this solicitation: (1) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov. (2) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998). (3) FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006). (4) FAR 212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government offering the best value, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical acceptability is defined as having the facilities, instructors and equipment to provide CRM training. (2) Relevant Past Performance: Provide 3 recent past performance references of similar contracts currently in place, delivery orders, purchase orders, or a combination of all done within the past 3 years. Similar contracts listed may include any contract entered into with the Federal Government, agencies of state and local governments, and commercial customers. Include the following information: (a) Name of Contract Activity; (b) Contract Number, (c) Contract Type; (d) Total Contract Value; (e) Description of Item(s), (f) Contracting Officer Name, Telephone Number and e-mail address; (g) Program Manager Name and Telephone Number (if applicable); (h) Contracting Officer?s Technical Representative Name and Telephone Number; and (i) Administrative Contracting Officer?s Technical Representative, if different from (f), and e-mail address. Current, accurate, and complete information MUST be provided to contact each reference. (3) Price: Offerors proposed price should include a calculated subtotal for each year and a calculated total overall price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. The Government will award the contract to the vendor who has the best overall value on the basis of its offer and its capability to perform the work. Technical and Past Performance are of equal importance, and when combined are of more importance than price. Offerors shall include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006), with their offer. FAR 52.212-4, Contract Terms and Conditions?Commercial Items (SEP 2005), is incorporated by reference into the solicitation. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2006) applies to this acquisition to include: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4 Notice of price evaluation preference for HUBZone small business concerns; 52.219-8, Utilization of Small Business Concerns, 52.219-9 with Alternate II, Small Business Subcontracting Plan; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disables veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-1, 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Homeland Security Acquisition Regulation (48 CFR Chapter 30) Clauses (HSAR) ? 3052.209-70, Prohibition on Contracts with Corporate Expatriates, 3052.242-72, Contracting Officer?s Technical Representative. Proposals are due on or before 18 September 2007, by 2:00 PM EST. If your offer is being submitted by REGULAR mail, use the following address: Commandant (CG-9121/DB), U.S. Coast Guard Headquarters, 1900 Half Street, SW, Washington, DC 20593, attention: Ms. Diane Bethea (Contract Specialist). Offerors are encouraged to submit your office electronically to Diane.L.Bethea@uscg.mil if your offer is less than 30 pages. HOWEVER, it is each offeror?s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. If you have questions regarding this synopsis/solicitation, please contact Ms. Diane Bethea at (202) 475-3206 or via e-mail. NOTICE FOR FILING AGENCY PROTESTS NOTICE FOR FILING AGENCY PROTESTS: It is the policy of the 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 General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard 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 that a Coast Guard 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 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. This 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 at FAR 33.103(d)(2). If the protestor 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 forwarded to the following address: Commandant (CG-851), 2100 Second Street, SW, Room 2606, Washington, DC 20593, and Phone: (202) 267-2285, Fax: (202) 267-4011
 
Place of Performance
Address: 1900 Half St SW, Washigton, DC 20593
Zip Code: 20593-0001
Country: UNITED STATES
 
Record
SN01405412-W 20070915/070913220638 (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.