Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOLICITATION NOTICE

U -- Training and Certification support services in accordance with attached statement of work

Notice Date
7/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883612T0333
 
Response Due
8/1/2012
 
Archive Date
9/1/2012
 
Point of Contact
Linda F. Nelson 904-790-4624
 
E-Mail Address
Business Email
(linda.f.nelson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-12-T-0333 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 811310 and the business size standard is $7.0 mil. Fleet Contracting Center plans to procure the following: Statement of Work Training Instructor Services Material Handling and Equipment Operation Safety and Pre-Licensing Fleet Readiness Center Southeast (FRCSE) INTRODUCTION The Fleet Readiness Center Southeast, Jacksonville, Fl has the mission of overhauling, repairing, modifying and providing engineering support for aircraft, aircraft engines, aeronautical components and associated equipment. The FRC provides regional industrial support and in the performance of its functions, executes innumerable parts and material movement actions to route components from one production area to the next as designated by the work sequence documentation. SCOPE The contractor shall assess the needs of and develop, implement and administer a Parts Protection During Material Handling Operations training course; maintain and conduct Material Handling & Equipment (MHE) Lift Truck Operator Safety Training and Pre-Licensing program including a pre-licensing process. This shall include the design and courseware development of a Parts Protection During Material Handling Operations Training course and a Lift Truck Operator Safety course; maintaining and updating the developed courseware; providing qualified instruction of subject courses as required; evaluating the individual operator minimum requirements; documenting and maintaining training records in the Training Management System (TMS). Additionally, the contractor shall incorporate the Lift Truck licensing renewal dates in the TMS and assist shop supervisors in the completion of Lift Truck license application forms. The contractor shall schedule Lift Truck licensing appointments with Naval Air Station (NAS) Jacksonville Transportation Department. REQUIREMENTS Training instructor s tasks include conducting, administering, and maintaining no cost training for FRCSE personnel for the following classes: Course Name CourseLength Frequency No. Attendees Per Class Hole Quality Initial (24 hrs) 1 -2 per month 7 Hole Quality Recertification (16 hrs) 2 -3 per month 7 Forklift Operator Safety Basic (16 hrs) 1 -2 per year 4-8 Forklift Operator Safety Initial (6 hrs) 1 -2 per month 5-7 Forklift Operator Safety Recert (4 hrs) 1 -2 per month 10-25 Category 3 Crane Safety Initial (8 hrs) 1 -2 per month15-25 Category 3 Crane Safety Recert(8 hrs) 2 -3 per month15-25 Supervisor's Crane Safety(4 hrs) 1 -2 per month 5 -15 Corrosion Familiarization(4 hrs) 1 per month 15-25 Components/Parts Protection (4 hrs) 1 -2 per year15-25 Provide instruction covering engineering requirements for the process of hand and portable machine drilling, reaming, countersinking, and counter-boring of aluminum, steel, and titanium in critical areas of aircraft and engines undergoing rework at FRCSE Provide instruction to artisans to implement the best industry practices for producing high-quality and fracture resistant holes. Provide instruction for special considerations regarding fastener holes and the process of drilling quality holes in aircraft structures or engine components considered critical in establishing and/or improving the service life of these aeronautical items. Responsible for stocking, replacement, and inventory of all tools, test plates, coolants and lubricants, etc. in order to perform practical functions in support of Hole Quality classes. Maintain, inventory, and document Hazardous Materials locker stationed in classroom spaces in support of Hole Quality classes. Recertify annually as Hazardous Waste Facility Operator. Monitor Training Management System (TMS) in order to track required FRCSE artisan training for special skills recertification utilizing TMS and self-developed and maintained data base. Coordinate with Training Management Facilitators monthly training schedules and training needs of FRCSE personnel. Maintain and update courseware for courses listed. Develop new courseware upon demand and provide instruction to FRCSE employees. Travel to off site locations to provide Crane and Hole Quality training (MCAS Beaufort, South Carolina and Tinker Air Force Base, Oklahoma City, Oklahoma respectively). Conduct unique training for different types of forklifts, and produce necessary paperwork for personnel to obtain forklift licenses or increase weight capacity of equipment licensed to operate. Conduct unique training for material handling equipment and produce necessary paperwork for personnel to obtain certification. Generate copies of training materials used in conjunction with courseware (student workbooks, evaluation forms, etc.). Interface with and provide supervisory personnel with information concerning content of courseware material to aid in their scheduling of personnel (government and contractor employees). Government. The Government will provide the contractor access to Government facilities, equipment, appropriate training. Specifically, the Government will provide the contractor with appropriate office space to accommodate user(s) workstations or desks. Each user workstation will include a computer (of the latest configuration available to FRCSE users), access to the Land Area Network (LAN), office and desktop space and office supplies for use in executing the tasks outlined in this SOW. Contractor. The contractor will deliver the products and services specified in this SOW. The contractor will furnish all labor and other resources not specifically identified. Training needs assessment. The contractor shall perform a thorough Training Needs Assessment to determine the scope and content of the required training course(s). This assessment shall include visiting work areas and meeting with Supervisors and support personnel to gain an understanding of the function performed, material and handling movement, operations and the equipment used to support parts and material during movement. The assessment will focus on developing recommendations of topics to be included in a course of instruction. As a minimum, the assessment should consider: Staging of parts and materials for movement including packaging/wrapping and the use of cradles, dollies and designated containers. Positioning of parts and materials for transportation. Pre-movement of material including verification of part identity, proper documentation and readiness for safe transportation. Transportation considerations such as stable loading, proper towing connections and safe operations. Delivery and receipt procedures including verification of proper delivery point and completion of attached documentation by the shop. Shop storing and staging while awaiting induction including safety, security and special requirements. DIRECTIVES Unless otherwise specified, the revision level and date for each specification and standard cited in this contract (including any specification in any drawing, handbook of referenced specification or standard contained within this scope of work) shall be that listed in the Department of Defense Index of Specifications and Standards (DODISS). FRCSE INST 4030.3 FRCSE INST 10490.1 NAVFAC-P-307 NAVAIR 00-80T-119 NAVSEA-SWO-23/AH/WHM/010 OSHA (Standard 29CFP) 1910.178 MIL-STD-1379SD MIL-HDBK-1379-2 MIL-HDBK-1379-4 OPNAVINST 1500.11 STANDARDS OF CONDUCT The contractor shall not employ any person whose employment under this contract could in any way result in a conflict of interest with the mission of the FRCSE. All personnel employed by the contractor in the performance of this contract, or any agent of the contractor entering the Government installation shall obey all regulations of the NAS and FRCSE. The contractor shall be responsible for employee competency and conduct and for taking disciplinary actions with respect to their employees. The removal from the job site of contractor personnel shall not relieve the contractor of the requirement to provide personnel to perform the specified tasks outlined in this PWS. The Government reserves the rights to deny access to any contractor employee to enter the FRC if his or her presence would be detrimental to the FRCSE s mission or performance of work in this PWS. The Government reserves the right to require removal of any contractor employee from the job site who endangers persons or property or whose continued employment is inconsistent with the FRC s mission. In such cases, the COR will advise the contractor of the reason for requesting an employee s removal or withdrawing his authorization to enter the installation. DRESS CODE AND GROOMING STANDARDS The contractor shall ensure that all personnel assigned to the FRCSE maintain a standard of grooming and personal appearance that is in keeping with their positions in a Government facility and shall be appropriate to traditional Government industrial complex. All contractor employees shall wear shirts or other appropriate outer garments displaying their employer name or logo to clearly identify themselves as contractor employees. USE OF DRUGS AND ALCOHOL The contractor shall establish a Drug Free Workplace Program in accordance with (IAW) applicable clauses within the contract. DFARS 223.570-1. SECURITY The security requirements specified herein shall apply to the contractor and all subcontractors. The contractor shall comply with applicable on-site security regulations related to facility access and building access. The contractor shall safeguard all sensitive information/Controlled Unclassified Information in accordance with the contractor s locally established security plan (if the contractor already has an established local security plan). The contractor shall enforce these safeguards throughout the life of the contract including the transport and delivery phases and the disposition/storage of controlled unclassified information at contract completion. If the contractor does not have an established security plan that addresses the protection of classified, proprietary, sensitive, or controlled unclassified information, the government contracting authority shall provide an OPSEC Plan template for development. BADGES AND PASSES The Common Access Card (CAC) shall be the principal identity credential for supporting interoperable access to installations, facilities, buildings, and controlled spaces. A National Agency Check with Inquiries (NACI) or equivalent national security clearance (e.g. National Agency Check with Local Agency Checks including Credit Check (NACLC)) is required for permanent issuance of the credential. The credential may be issued upon favorable return of the FBI fingerprint check, pending final favorable completion of the NACI/equivalent, based on a commander/director risk management decision. An individual holding a valid national security clearance shall not require an additional submission of the NACI/equivalent. Access to restricted areas, controlled unclassified information (sensitive information), or government equipment by contractor personnel shall be limited to those individuals who have been determined trustworthy as a result of the favorable completion of a NACI/equivalent or who are under the escort of appropriately cleared personnel. Where escorting such persons is not feasible, a NACI/equivalent shall be conducted and favorably reviewed by the appropriate DOD Component Agency or activity prior to permitting such access. The contractor shall use the Standard Form (SF) 86 (Security Clearance Questionnaire) in order to obtain the CAC and access to controlled unclassified information. Contractors shall submit a DD Form 1172 to FRCSE Security Office for processing. Each contractor staff must have a Government-issued employee badge and a vehicle pass (i.e., a temporary day pass or base decal) to access the NAS and FRCSE. The FRCSE Security Division will provide contractor personnel employees required badges. The FRCSE will provide Key Cards for entry into the FRCSE through turnstiles and all gates. The FRCSE will issue through the COR and Security office the CAC Card for access to the Computer Network System. The NAS will provide vehicle passes. In addition to a vehicle pass, contractor employee s vehicle will have a valid registration and license tag and have adequate liability insurance coverage as required by FRCSEINST 5500.5 Security Manual. Contractor personnel shall display their badge at all times when entering and leaving a NAS Jacksonville gate and while inside any FRCSE installation. Contractor personnel shall wear the badge over the front and above the waist of outer clothing. The FRCSE will not allow contractor employees to work in the facility if the employees do not display their Government issued badge appropriately. The Government shall exercise full and complete control over granting or denying employee badges and passes. The contractor shall account for all Government passes and security identification badges issued to contractor personnel. The contractor shall ensure that all departing contractor personnel turn in passes and employee badges to FRCSE Security Division by close of business on the employee s last day of work. In the event this does not occur, the contractor shall notify the COR within 24 hours in order for badges to be deactivated. NETWORK SECURITY REQUIREMENTS Contractor personnel will be required to complete and provide the following documents, OPNAV5239/14 (SAAR-N) Processing Instructions. Noncompliance could result in the individual s account being disabled. Digital, digitized or stamped signatures are not authorized and all signatures need to be in blue ink. Return the completed form to your supervisor/Government sponsor must sign and date blocks 18a & 18b (blue ink) on page 1. A valid CAC card will be needed for network access. The contractor shall allow 7 calendar days from time all appropriate paperwork has been completed and turned in to the Information Security Office/Information Systems Security Manager via the COR to determine whether access will be granted prior to starting a new employee. This will allow the Government time to provide required computer network access and passwords. PLACE OF PERFORMANCE Work will be performed aboard Naval Air Station Jacksonville Florida at The Fleet Readiness Center Southeast, Cecil Commerce Center. The Contractor must provide a local point of contact within the Jacksonville commuting area. PERIOD OF PERFORMANCE Base Year: 1 October 2012 through 30 September 2013 TRAVEL & PER DIEM The Government anticipates that contractor provided travel expenses may be incurred under the resulting contract. It is anticipated that 1-2 trips per year may be required to another Government facility or to an Original Equipment Manufacturers (OEM) Facility outside of the Jacksonville, FL commuting area. The Government will reimburse the contractor for authorized travel in accordance with the Joint Travel Regulations (JTR) in effect at the time of travel. The JTR may be accessed at http://www.dtic.mil/perdiem/trvlregs.html. Cost is estimated not to exceed $2,300.00 per year. WORK SCHEDULES Employees shall work the work schedule of the unit they support unless otherwise directed, as contractor employees will be working alongside Government employees. Normal work hours are based on a 40-hour work week and do not normally include weekends. Work during federal holidays is not required. All training sessions and courses will be scheduled by the Government point of contact. INSPECTION AND ACCEPTANCE CRITERIA The Contracting Officers Representative (COR) has the responsibility for the Government Inspection and Acceptance at places of performance. Inspection shall be conducted randomly throughout the life of the task order. ADMINISTRATIVE CONSIDERATIONS All invoices shall be submitted to the Certifying Official/COR for review and acceptance. To allow for timely acceptance and payment, each monthly invoice shall provide task specific detailed cost data. The detailed cost data shall at minimum include: Task title, period being billed, the labor category (ies) used, number of hours worked, site in which work was completed, a subtotal for all labor hours and expenditures for the task during the invoice period, cumulative subtotal of hours and labor for the task and an itemized list of any other direct costs billed for the task during the billing period. GOVERNMENT CONTRACTING OFFICERS REPRESENTATIVE (COR) The Contracting Officer's Representative under this Task Order and the person responsible for performing inspection and acceptance of the contractor s performance at the destination is: COR: Donna Sneed, FRCSE JAX 6.3.2.3.1 Voice Phone: (904) 790-4145 or DSN 690-4145 Fax Phone: (904) 790-4007 Email: donna.sneed1@navy.mil The COR/Accepting Official is responsible for: Identifying and reporting contractor deficiencies. Reviewing, accepting and/or rejecting deliverables. Identifying contractor noncompliance of reporting requirement. Evaluating contractor proposals and identifying areas of concern affecting negotiations. Reviewing invoices for appropriateness of costs and providing recommendations to facilitate timely and efficient processing of the monthly invoice. Providing timely input regarding the SOW and recommending corrective actions to the responsible Contract Specialist/Officer and timely technical direction to the contractor. Working with Certifying Official to facilitate timely Delivery Order close-out. 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. 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. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractor s commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M, August 1, 2012. Quotations must be in writing and may be faxed or emailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-111, Telephone 904-790-4624. Linda.f.nelson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f7e5f7318dde44c2e01c8a4a3cb0fbbd)
 
Record
SN02814458-W 20120727/120725235413-f7e5f7318dde44c2e01c8a4a3cb0fbbd (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.