Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
SOLICITATION NOTICE

U -- HC-130H Maintenance Training

Notice Date
1/17/2013
 
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
HSCG23-13-R-PBF003
 
Archive Date
3/1/2013
 
Point of Contact
Thomas F. Siedel, Phone: 2024753229, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
thomas.f.siedel@uscg.mil, robert.a.mann-thompson@uscg.mil
(thomas.f.siedel@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP# HSCG23-13-R-PBF003 Description: HC-130H - Maintenance Training This acquisition is being issued in accordance with Federal Acquisition Regulation (FAR) Part 12. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Request for Proposal number is HSCG23-13-R-PBF003. The NAICS code is 611519 with a small business standard of $14 Million. This solicitation document incorporates provisions and clauses that are in effect through FAC 2005-61 (October 15, 2012). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The U.S. Coast Guard intends to establish a single Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure training support services for the U.S. Coast Guard Office of Aeronautical Engineering (CG-41) with an ordering period of five years. This full and open procurement will include a requirement for training services in support of HC-130H maintenance courses. A minimum of one (1) class during the period of performance of the contract, and up to a maximum of twenty (20) classes per contract year may be ordered. The guaranteed minimum order is one (1) class during the period of performance of the contract. FAR 52.212-1 Instructions to Offerors - Commercial items (Feb 2012) is supplemented as follows: The proposal shall be submitted in three volumes: Volume 1: Technical Approach The Offeror shall provide the following in its Volume One in order to be considered complete: (1) A narrative detailing offeror's technical approach to meeting all the requirements outlined in the PWS. (2) Course descriptions and course outlines of the courses required. If the courses being offered do not completely align with the requirements, the offeror shall include a detailed narrative as to demonstrate how their offered courses are equivalent in meeting the government's need. (3) A narrative detailing the Offeror's facility including: the facility's address, its distance from an airport, a description of required course labs, a description of airplane simulation mock-ups or repairs stations, a description of maintenance training aids, a description of specialized troubleshooting equipment and any software applications that may be used with the curriculum of each individual course. (4) Any exceptions/assumptions taken with regard to the PWS, or any other aspect of the RFP, and any other information that the Offeror finds necessary and pertinent to their offer. However, proposals will not be incorporated into the contract award, therefore offeror's are encouraged to submit questions. (5) Resumes' of personnel designated Key in HSAR 3052.215-70. Volume 2: Past Performance Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) for relevant services (i.e. Aviation Maintenance Training Services) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR) 2. Name of Organization 3. A brief description of service 4. Contract Number/Task Order 5. Status (Prime or Sub) Volume 3: Price Offerors shall submit price proposals IAW the CLIN structure below. Price shall also include the course cancellation policy if any. The offer shall include their Dun and Bradstreet Number and a statement whether their company is registered in SAM (www.sam.gov). The Contractor shall perform services IAW the PWS including furnishing all facilities, materials, equipment, tools, labor, supplies, course materials, course lab, shipping, maintenance training aids, tools, stands, and specialized troubleshooting equipment and software. Services shall be performed only after a Task Order is issued by a warranted USCG contracting officer. Year 1 CLIN: 00001AA Description: - 310 HC-130H Airframe Structural Repair Course (Four quotas/students per course) Maximum course(s): 4 Unit: Each Unit Price: ____________ Total:_________________ CLIN: 00001AB Description: - 320 HC-130H Airframe Hydraulic Systems/Fuel Systems and Fuel Tank Repair Course (Four quotas/students per course) Maximum course(s): 4 Unit: Each Unit Price: ____________ Total:_________________ CLIN: 00001AC Description: - 330 HC-130H Environmental Control Systems/Auxiliary Power Unit Maintenance Course (Four quotas/students per course) Maximum course(s): 4 Unit: Each Unit Price: ____________ Total:_________________ CLIN: 00001AD Description: - 340 HC-130H Electrical and Instrumental Systems Line Maintenance Course (Four quotas/students per course) Maximum course(s): 4 Unit Each Unit Price: ____________ Total:_________________ CLIN: 00001AE Description: - 350 HC-130H Flight Guidance Systems Line Maintenance Course (Four quotas/students per course) Maximum course(s): 4 Unit: Each Unit Price: ____________ Total:_________________ Year 2 CLIN: 10001AA Description: - 310 HC-130H Airframe Structural Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total:_________________ CLIN: 10001AB Description: - 320 HC-130H Airframe Hydraulic Systems/Fuel Systems and Fuel Tank Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 10001AC Description: - 330 HC-130H Environmental Control Systems/Auxiliary Power Unit Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 10001AD Description: - 340 HC-130H Electrical and Instrumental Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 10001AE Description: - 350 HC-130H Flight Guidance Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ Year 3 CLIN: 20001AA Description: - 310 HC-130H Airframe Structural Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 20001AB Description: - 320 HC-130H Airframe Hydraulic Systems/Fuel Systems and Fuel Tank Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 20001AC Description: - 330 HC-130H Environmental Control Systems/Auxiliary Power Unit Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 20001AD Description: - 340 HC-130H Electrical and Instrumental Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 20001AE Description: - 350 HC-130H Flight Guidance Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ Year 4 CLIN: 30001AA Description: - 310 HC-130H Airframe Structural Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 30001AB Description: - 320 HC-130H Airframe Hydraulic Systems/Fuel Systems and Fuel Tank Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 30001AC Description: - 330 HC-130H Environmental Control Systems/Auxiliary Power Unit Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 30001AD Description: - 340 HC-130H Electrical and Instrumental Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 30001AE Description: - 350 HC-130H Flight Guidance Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ Year 5 CLIN: 40001AA Description: - 310 HC-130H Airframe Structural Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 40001AB Description: - 320 HC-130H Airframe Hydraulic Systems/Fuel Systems and Fuel Tank Repair Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 40001AC Description: - 330 HC-130H Environmental Control Systems/Auxiliary Power Unit Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 40001AD Description: - 340 HC-130H Electrical and Instrumental Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 40001AE Description: - 350 HC-130H Flight Guidance Systems Line Maintenance Course (Four quotas/students per course) Maximum Quota(s): 4 Unit: Each Unit Price: ____________ Total: _________________ CLIN: 50001 Description: - Cancellation Fee Ceiling NTE amount shown (all years): Total: _________________ Cancellation fee shall be calculated based on the government canceling one of each course per contract year 30 days before course convening, and one of each course per contract year 15 days before course convening. Offeror's with no cancelation fee shall write "No Cancellation Fee" on the total line of CLIN 50001. Offer shall provide the percentage of each course to be paid given a Government cancellation of 30 days and 15 days before the start of the course. Course 30 Day 15 Day 310 HC-130H _____% _____% 320 HC-130H _____% _____% 330 HC-130H _____% _____% 340 HC-130H _____% _____% 350 HC-130H _____% _____% The length of the total proposal inclusive of all volumes shall be no greater than 50 pages. Proposal Submission Deadline: 1300 ET on February 14, 2013 via the document submission option provided by FedBizOpps. Proposals submitted via other methods may not be considered. Question Submission Deadline: 1300 ET on January 24, 2013 via email to Thomas Siedel at Thomas.f.siedel@uscg.mil. The submission of questions is highly encouraged. Offeror shall submit each volume as a separate document file. The minimum font size is 10, excluding graphics and tables which may us a font size smaller than 10. The offerors shall sequentially number all pages of each volume. The offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer or confirm in writing that it is accessible in SAM. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) is as supplemented below: This is a best value acquisition using the trade-off approach. The USCG intends to award a single Firm Fixed Price IDIQ Contract resulting from this solicitation to the responsible offeror whose offer is most advantageous to the Government. Selection and award of a Firm Fixed Price IDIQ Contract will be based on, in descending order of importance, 1) Technical Approach and Capability, 2) Relevant Past Performance, and 3) Price. Technical Approach and Capability is considered to be more important than Past Performance; however when combined they are significantly more important than price. As the Technical and Management Approach and Relevant Past Performance ratings converge, price may become more important. The USCG will evaluate the offers that meet the requirements of the solicitation against the following evaluation criteria: Factor 1 - Technical Approach & Capability: The Government will evaluate each offeror's technical approach to determine their capacity to meet all the requirements outlined in the PWS this will include the evaluation of the understanding of the PWS, an evaluation of the course descriptions and outlines, course facilities, training aids, and the resumes' of personnel designated Key IAW HSAR 3052.215-70 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 may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. Factor 3 - Price: The offeror shall propose pricing for all courses. The offeror shall include their course cancellation policy, if any. Cancellation policies will be evaluated based on the government canceling one of each course per contract year 30 days before course convening, and one of each course per contract year 15 days before course convening. The Government will evaluate the total overall price based on the maximum estimated quantity of courses and the cancellation ceiling to determine price reasonableness. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2012) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2012) As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). ___ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (11) [Reserved] ___ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). _X_ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). ___ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). ___ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). ___ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (Mar 2012) of 52.225-3. ___ (iii) Alternate II (Mar 2012) of 52.225-3. ___ (iv) Alternate III (Nov 2012) of 52.225-3. ___ (41) 52.225-5, Trade Agreements (Nov 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (48) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). _X_ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (51) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.204-8 Annual Representations and Certifications (Feb 2009). (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 611519. (2) The small business size standard is 14 million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $100,000. (iii) 52.204-3,Taxpayer Identification. This provision applies to solicitations that do not include the clause at 52.204-7, Central Contractor Registration. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vi) 52.214-14, Place of Performance-Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (viii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (ix) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (x) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xi) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xiv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvi) 52.225-4, Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $67,826, the provision with its Alternate II applies. (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification. (xix) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to- (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: __ (i) 52.219-19, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. __ (ii) 52.219-21, Small Business Size Representation for Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program. __ (iii) 52.219-22, Small Disadvantaged Business Status. __ (A) Basic. __ (B) Alternate I. __ (iv) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. __ (v) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. __ (vi) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification. __ (vii) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). __ (viii) 52.223-13, Certification of Toxic Chemical Release Reporting. __ (ix) 52.227-6, Royalty Information. __ (A) Basic. __(B) Alternate I. __ (x) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause # Title Date Change ____________ _________ _____ _______ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of provision) FAR 52.216-18 ORDERING (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date through five years. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 Order Limitations (OCT 1995). As prescribed in 16.506(b), insert a clause substantially the same as follows: ORDER LIMITATIONS (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one course, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of the contract ceiling; (2) Any order for a combination of items in excess of the contract ceiling; (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22 INDEFINITE QUANTY (Oct 1995). (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after a year from the end of the period of performance. 52.233-2 Service of Protest (Sep 2006). (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from USCG Headquarters (CG-912) or USCG Procurement Law. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Contracting Office Address: USCG Headquarters (CG-9121) 2100 2nd St. SW Washington, DC 20593-0001 (End of Provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998). As prescribed in 52.107(b), insert the following clause: This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (End of clause) FAR 52.203-7 Anti-Kickback Procedures (Oct 2010). FAR 52.203-16 Preventing Personal Conflicts of Interest (Dec 2011). FAR 52.204-2 Security Requirements (Aug. 1996). FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2012). FAR 52.224-1 Privacy Act Notification (Apr 1984). FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011). FAR 52.227-14 Rights in Data-General (Dec 2007). FAR 52.244-6 Subcontracts for Commercial Items (Dec 2010). HSAR 3052.209-72 ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting, if applicable, will be specified on each task order. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. (End of clause) HSAR 3052.215-70 KEY PERSONNEL OR FACILTIIES (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel or Facilities under this Contract: Project Manager (End of clause) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) NOTICE FOR FILING AGENCY PROTESTS 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 Contracting Office Address: USCG Headquarters (CG-9121) 2100 2nd St. SW Washington, DC 20593-0001 Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3252 PERFORMANCE WORK STATEMENT CONTRACTOR TRAINING SUPPORT SERVICES FOR THE U.S. COAST GUARD OFFICE OF AERONAUTICAL ENGINEERING (CG-41) INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) 1.0 GENERAL. 1.1 Scope. The U.S. Coast Guard (USCG) seeks a contractor to provide HC-130H aircraft maintenance training services to USCG Aviation Maintenance Technicians (AMTs) and Avionics Electrical Technicians (AETs). The contractor shall provide training to USCG personnel in HC-130H aircraft maintenance, scheduled and held specifically and exclusively for USCG needs. Courses shall include: Air Structural Repair, Airframe Hydraulic/Fuel Maintenance and Fuel Tank Repair, Environmental Control Systems/ Auxiliary Power Unit Maintenance, Electrical and Instrument Systems Line Maintenance, Flight Guidance Systems Line Maintenance. The Contractor must have a working knowledge of USCG HC-130H operations such that training is based upon Coast Guard publications and regulations utilizing Coast Guard checklists and operational procedures. Aircraft systems curriculum must be based on current Coast Guard configured HC-130H's. Modern instructional methods shall be employed to deliver training programs that are based on the most critical skill needed by the technician on the job and produces aircrew and maintenance personnel that supports this aircraft. Maintenance training courses shall consist of at least 50% hands-on instruction. At the completion of training, students should possess knowledge of HC-130H data for operation, inspection, and maintenance, and be familiar with aircraft characteristics, subsystems, component location, and maintenance requirements. 1.2 Background. The Coast Guard requires cost effective training that is consistent with Coast Guard HC-130H aircraft maintenance standards and procedures. The USCG employs a bi-level maintenance structure consisting of depot level maintenance and organizational level maintenance. The USCG Aviation Logistics Center coordinates depot maintenance for the aircraft, while each Air Station is responsible for organizational level maintenance. The USCG operates 24 HC-130H aircraft from 4 different Air Stations throughout the United States. The USCG, Chief of Aeronautical Engineering (CG-41) manages a network of enlisted aircraft mechanics (AMT/AETs) at these Air Stations who provide safe and operable aircraft ready to perform the various USCG missions on a moment's notice. In order to ensure safe, economical and effective operational employment of these aircraft, and in keeping with the excellent stewardship of American tax-payer resources, the USCG needs personnel properly trained in maintaining the HC-130H aircraft. 1.3 Contractor Personnel. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager is further designated as Key Personnel by the Government IAW HSAR 3052.215-70. 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer's Representative (COR). 1.3.1.2 The Project Manager shall be available to the COR via telephone between the hours of 0800 and 1600 ET, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 4 hours of notification. 1.3.2 Instructor(s). Course instructors shall have at least 1 year of experience teaching HC-130H specific maintenance training courses and at least 5 years experience maintaining the HC-130H aircraft. It is desired, but not required, that each instructor has graduated from an equivalent course they are teaching. 1.4 Period of Performance. The period of performance is five (5) years from the effective date. 1.5 Place of Performance. The place of performance shall be at the Contractor's facilities. 1.6 Security. All printed or electronic copies of technical data supplied by the CG are to be used only in support of this USCG contract. Employees who access USCG supplied material are required to agree to and sign a non-disclosure agreement DHS form 11000-6. 1.7 Hours of Operation. The Government desires, but does not require, Contractor employees to generally perform all training between the hours of 0800 and 1600, Monday through Friday. However, Contractors are free to operate within their normal commercial practices. 1.8 Kick-off Meeting. The Contractor shall attend a Kick-Off Meeting scheduled by the Contracting Officer, with the COR and other designated representatives within seven (7) business days after award of the contract. The Kick-Off Meeting will be held at the Government's facility or via teleconference. The purpose of this meeting is review project timelines, milestones and contract objectives. 1.9 Document Requirements. The Contractor shall provide all written reports in an electronic format that is usable by Microsoft Office 2007 Applications and Adobe Acrobat 8. 1.10 Status Meetings. The Project Manager may be required to meet with the COR periodically to evaluate Contractor performance and deliverables. A mutual effort will be made to resolve all problems identified during these meetings. Meetings can occur via teleconference. 1.11 Performance Requirements Summary (PRS). The government is meeting its obligation to exercise management and oversight for the Contractor by providing the appropriate standards and metrics that are necessary to fulfill the requirements listed in this document. The PRS is located in section 8.0 of the PWS. 2.0 GOVERNMENT TERMS AND CONDITIONS. 2.1 COMDTINST - Coast Guard Commandant Instruction 2.2 COR - Contracting Officer's Representative 2.3 FAA - Federal Aviation Administration 2.4 IDIQ - Indefinite Delivery Indefinite Quantity 2.5 KO - Contracting Officer 2.6 OEM Approved Methodologies - Original equipment manufacturer approved and required methodologies for maintaining the HC-130H aircraft. 2.7 PRS - Performance Requirements Summary 2.8 PWS - Performance Work Statement 2.9 USCG - United States Coast Guard 2.10 TO - Technical Order 3.0 GOVERNMENT FURNISHED RESOURCES. The Government will provide the following resources and information to the Contractor for work required under this contract: 3.1 The USCG will provide access to the aircraft repair Technical Orders and manuals required for each course of instruction and updates to these technical orders and these manuals as applicable. 4.0 CONTRACTOR FURNISHED RESOURCES. The Contractor shall furnish all facilities, materials, equipment, tools, labor, supplies, and services necessary to fulfill the requirements of each task order other than those provided in PWS 3.0. 4.1 Location of Training Facilities. The Contractor is required to provide a training facility that is within 50 miles of an airport. 4.2 Facility Resources, Facilities, and Equipment. The Contractor is responsible for furnishing a course lab, maintenance training aids, tools, stands, and specialized troubleshooting equipment and software that are designed to be used with the curriculum of each individual course. The Contractor is also responsible for course materials and supplies. 5.0 REQUIREMENTS. 5.0.1 The Contractor's courses detailed in PWS 5.2.1 through 5.2.5 shall be hands on to the maximum extent practical, utilizing maintenance training devices, actual aircraft and/or aircraft parts. The USCG reserves the right to audit the course and course material. 5.0.2 The USCG desires, but does not require, the contractor to have access to HC-130H components (Auxiliary Power Unit, Aircraft Structure, Avionics, Hydraulics, Fuel, Guidance Systems and Environmental and Electrical Systems). 5.1 The Contractor shall maintain and update the training courses detailed in 5.2 IAW any maintenance changes to the aircraft. 5.2 Conduct Training. The Contractor shall conduct training courses and is responsible for all outcomes derived from the training of these courses. Training courses may be held concurrently. 5.2.1 310 HC-130H Airframe Structural Repair Course. The Contractor shall provide a comprehensive training course in HC-130H Airframe Structural Repair and upon successful course completion, the USCG students shall be able to demonstrate their ability to inspect, evaluate damage, plan repair procedures, and repair structural and corrosion damage on the HC-130H aircraft. The USCG prefers this course not exceed a 3 week calendar period of instruction (including weekends and federal holidays). 5.2.1.1 The Contractor's course at a minimum shall provide instruction on the following topics: Airframe construction, structural materials, aircraft hardware, structural repair techniques and procedures, corrosion control, utilization of the TO 1C-130A-3 structural repair manual, and basic blue print reading. 5.2.1.2 The Contractor's course shall utilize TO 1C-130A-3, section 51-70-00, and original equipment manufacturer (OEM) technical data to instruct special hardware identification, authorized substitution, and proper installation and removal of the following fasteners: Lock Bolts, Jo-Bolts, Hi-Loks, Hi-Tigues, Blind Bolts, Taper-Lok, Visulok, and Huck MLS Blind Rivets used in the HC-130H airframe construction. Instruction shall also be provided on the NAS523 rivet code and proper identification and use of solid rivets. Students shall have the opportunity to remove and install these fasteners IAW applicable USCG, USAF, and OEM Technical Instructions. 5.2.2 320 HC-130H Airframe Hydraulic/Fuel System Maintenance and Fuel Tank Repair Course. The Contractor shall provide a comprehensive maintenance training course on HC-130H hydraulic and fuel systems. The Contractor will instruct the student to operate, inspect, troubleshoot, service, and remove/replace components installed on HC-130H hydraulic and fuel systems. The USCG prefers this course not exceed a 4 week calendar period of instruction (including weekends and federal holidays). 5.2.2.1 The Contractor's course at a minimum shall provide instruction on the HC-130H Hydraulic Power Supply Systems: to include location and function of the utility, booster, and auxiliary hydraulic systems and related hydraulic components. Cargo Door and Ramp Systems to include hydraulic component location and operation, cargo door and ramp controls, cargo door and ramp indicators, cargo door and ramp operation. Landing Gear Systems (nose and main gear) to include hydraulic component location and operation, landing system controls, landing gear system indicators, and nose wheel steering system. Brake System to include hydraulic component location and operation, brake system controls and indicators, antiskid system, skid-detector operation, anti-skid system controls and indicators, and the emergency brake system. The Contractor's course curriculum shall also include general hydraulic maintenance practices, hydraulic system contamination prevention, and hydraulic fittings inspection and maintenance. The primary emphasis of this instruction will be placed on troubleshooting and repairing HC-130H hydraulic malfunctions. 5.2.2.2 The Contractor's course at a minimum shall provide instruction on the following HC-130H Fuel Systems: internal and external fuel tank construction, installation and sealing techniques, component location and operation, boost pump operation, water removal system, fuel cross-feed system, vent system, engine fuel strainer and heater unit, fuel dump system, fuel system controls, and fuel system indicators. The primary emphasis of this instruction will be placed on troubleshooting and repairing HC-130H fuel system malfunctions. 5.2.2.3 The Contractor's course shall utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.3 330 HC-130H Environmental Control Systems/Auxiliary Power Unit (APU) Maintenance Course. The Contractor shall provide this course of instruction in two (2) equally divided sections. The first section of the course shall include a comprehensive maintenance training course on HC-130H environmental control systems. In this section of instruction, the student shall operate, inspect, troubleshoot, service, and remove/replace components installed on HC-130H environmental control systems. The second section shall include instruction on comprehensive maintenance training on the HC-130H APU system. In this section of instruction, the student shall be able to operate, inspect, troubleshoot, service, and remove/replace components as installed on the HC-130H auxiliary power unit. The USCG prefers this course not exceed a 4 week calendar period of instruction (including weekends and federal holidays). 5.2.3.1 The Contractor's course at a minimum shall provide instruction on the HC-130HC Environmental Control Systems: Bleed Air System to include engine bleed air controls, bleed air pressure indicator, wing bleed air isolation valves, bleed air divider valve switch, and checkout of the bleed air system. Flight deck and cargo compartment air conditioning systems to include basic operation of cargo and flight deck air conditioning packages, airflow regulation, air temperature control, water separation, cargo compartment under floor heating, auxiliary ventilation, air conditioning system controls and indicators, and normal operation of air conditioning systems. The Cabin pressurization system to include outflow valve, cabin pressure controller, safety valve, check valve, emergency depressurization door, cabin pressurization system controls and indicators, and normal operation of cabin pressurization system. The Contractor's course curriculum shall also include instruction on environmental control systems operation, inspection, troubleshooting, and maintenance practices IAW applicable maintenance manuals. The primary emphasis of this instruction will be placed on troubleshooting and repairing environmental control systems malfunctions. 5.2.3.2 The Contractor's course at a minimum shall provide instruction on the following APU Systems: operation, servicing, component location, maintenance procedures for troubleshooting and removal/replacement of components installed on the APU. The course shall also include description and function of the accessory assembly, oil system, fuel system, control system and indicators bleed air system, and fire detection/protection system. The primary emphasis of this instruction will be placed on troubleshooting APU malfunctions. 5.2.3.3 The Contractor's course shall utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.4 340 HC-130H Electrical and Instrument Systems Line Maintenance. The Contractor shall provide a comprehensive maintenance training course on the HC-130H Electrical and Instrument Systems. Upon successful course completion, the student shall be able to operate, inspect, troubleshoot, service, and remove/replace components installed on the HC-130H electrical and instrument systems. The USCG prefers this course not exceed a 5 week calendar period of instruction (including weekends and federal holidays). 5.2.4.1 The Contractor's course at a minimum shall provide electrical and instrument systems instruction to include all AC and DC systems, lighting, ice and rain protection, Warning, APU, Power Plant, Temperature datum, propeller, solid state propeller synchrophaser, fuel, pneumatics, hydraulic electrical systems, flight, engine, and other miscellaneous instrument systems. 5.2.4.2 The Contractor's course shall also include systems descriptions, component locations, operation, data flow analysis, operational checkout, troubleshooting, removal/replacement, adjustment, servicing, and inspection of the electrical and instrument systems named in 6.6. 5.2.4.3 The Contractor's course shall utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.5 350 HC-130H Flight Guidance Systems. The Contractor shall provide a comprehensive maintenance training course on the HC-130H Flight Guidance System. Upon successful course completion, the student shall be able to operate, inspect, troubleshoot, service, and remove/replace components installed on the HC-130H Flight Guidance System. The USCG prefers this course not exceed a 4 week calendar period of instruction (including weekends and federal holidays). 5.2.5.1 The Contractor's course at a minimum shall provide flight guidance system instruction to include flight directors and autopilot, altitude alerter, TAS computer systems and equipment, and interface through the navigation instrumentation and switching. 5.2.5.2 The Contractor's course shall also include system descriptions, component locations, operation, data flow analysis, operational checkout, troubleshooting, removal/replacement, adjustment, servicing, and inspection of the aircraft guidance systems. 5.2.5.3 The Contractor's course shall utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.5.4 Due to the current, ongoing technological advances being experienced in the USCG's HC-130H flight guidance system the Contractor will be required to modify this course of instruction as necessary to meet the USCG's requirements. Technical data and information will be supplied to the Contractor by the USCG as needed. 5.3 Course Examination. The Contractor shall administer examinations at the conclusion of each course that will evaluate both the student's retention of the written course material and the hands-on learning. 5.4 Scheduling. Courses shall be scheduled by the USCG COR, only following an issued task order signed by a warranted Contracting Officer. It is the Contractor's responsibility to ensure no course is convened prior to issuance of a task order. 5.5 Course Evaluation Questionnaire. On the final day of each course, the Contractor shall distribute and collect a course evaluation questionnaire from each student. The questionnaire will cover whether: 5.5.1 The course aims and objectives were clearly explained. 5.5.2 The instructor and training materials supported the learning objectives and were well organized. 5.5.3 The training objectives outlined for the course were met during delivery of training. 5.5.4 The quality of explanation and answers to questions were satisfactory. 5.5.5 The training was delivered professionally and effectively. 5.5.6 The skills and knowledge obtained from this training will assist the trainee in performing current job task. 5.5.7 The practical "hands-on" training was sufficient and appropriate. 5.5.8 The safety and hazardous related information were referenced. 5.5.9 The training facilities were adequate and comfortable. 5.5.10 The student was satisfied with the overall course. 5.5.11 Course Evaluation. The contractor will conduct Level 2 course evaluations in accordance with USCG FORCECOM SOP Volume 3. The Level 2 evaluation results shall be presented to the Coast Guard COR for review. The contractor shall adjust course curriculum using results of the evaluation to remediate areas of weakness. The questionnaire shall also include an overall rating selection that measures the Contractor's performance as unsatisfactory, satisfactory, or excellent. 5.6 Training Certificates. The Contractor shall provide certificates of completion to each student for each course. 5.7 Concurrent Course Delivery. Contractor shall have the ability to provide concurrent convening courses. 5.8 Course Completion 5.8.1 Any student missing more than 2 hours of a 40 hour class may receive an incomplete and have to make up the time or will not receive a graduation certificate. The Contractor shall contact the COR to discuss the student(s) situation. The Government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 5.8.2 The Contractor shall submit to the COR a course completion report within fifteen (15) days after the end of each class convening. The report shall include, as a minimum, a student roster, course evaluation questionnaires, a list detailing which students passed the course and which students failed, a copy of the training certificates per course, and instructor comments, observations or recommendations. 5.8.3 Based on feedback received from student critiques, the Contractor shall submit to the COR recommendations for changes to the curriculum for upcoming training sessions. 6.0 REFERENCES. 6.1 CG publications Technical Orders (TO) 6.1.1 Airframe Structural Repair: • TO 1C-130H-2-51 Series • TO 1C-130H-2-56 Series • TO 1C-130H-3 • TO 1C-130H-23 • TO 1-1-3 • NAVAIR 01-1A-8 • NAVAIR 01-1A-509 6.1.2 Airframe Hydraulic Systems: • TO 1C-130H-2-12 Series • TO 1C-130H-2-27 Series • TO 1C-130H-2-29 Series • TO 1C-130H-2-32 Series • TO 1C-130H-2-3 • CGTO 1C-130H-2-3 • CGTO 1C-130H-2-52 Series 6.1.3 Environmental Control Systems: • CGTO 1C-130H-2-21 Series 6.1.4 Fuel System Maintenance and Fuel Tank Repair: • TO 1C-130H-2-5 • TO 1C-130H-2-28 Series • CGTO 1C-130H-2-5 6.1.5 Auxiliary Power Unit (APU) Maintenance: • TO 1C-130E-2-49 Series • TO 1C-130H-2-49 Series • CGTO 1C-130H-2-24 Series 6.1.6 Electrical and Instrument Systems Line Maintenance: • TO 1C-130H-2-8, • TO 1C-130H-2-30 Series • TO 1C-130H-2-31 Series • CGTO 1C-130-CNMS/GPS, • CGTO 1C-130H-2-8, • CGTO 1C-130H-2-13 • CGTO 1C-130H-2-24 Series • CGTO 1C-130H-2-33 Series • CGTO 1C-130H-2-34 Series • CGTO 1C-130H-4 6.1.7 Flight Guidance Systems: • TO 1C-130H-2-22 Series • CGTO 1C-130H-2-34 Series 6.2 USCG Force Readiness Command (FORCECOM) Standard Operating Procedures (SOPs): SOP Volume 3 entitled Evaluation dated April 2011: http://www.uscg.mil/forcecom/training/training_sop.asp 7.0 DELIVERABLES. The Contractor shall consider items in BOLD as having mandatory due dates. ITEM: 1 Deliverable: Kick-Off Meeting Due: NLT seven (7) business days after award of contract. ITEM: 2 Deliverable: Course Completion Report Due: Delivered to the COR no later than 15 days after the completion of each course.   8.0 PERFORMANCE REQUIREMENTS SUMMARY (PRS). The following below reflects the deliverables considered by the Coast Guard to be important for the successful performance of this task order. This includes the expected standards of performance. 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, including incentives/reductions in payment in accordance with any clause for inspection of services. Objectives: 1. Quality HC-130H Maintenance Instruction for USCG personnel. Required Services: 1. Instructors capable of ascertaining the level of the class's knowledge and teaching at the appropriate level. 2. Instructors capable of controlling the discipline of the class (e.g., not allowing disruptive side conversations to occur during the instructor's presentation of the course material) (PWS 5.0). 3. Contractor personnel shall demonstrate a high level of professional management in performing training activities and facilitating classroom environments at all times (PWS 5.0). 4. Instructors shall adhere to a zero tolerance policy of inappropriate language. (no vulgar, sexist, racist or other language that shows disrespect for the students). 5. Instructors shall manage a safe, comfortable training environment, provide sufficient materials and resolve disruptive student behavior effectively. Performance Standard: 1. Instructors shall accomplish a rating of satisfactory or above on 80% of the course evaluation questionnaires following each course convening. 2. The Contractor shall achieve a pass rate of 75% or higher for the USCG students attending each course, measured on an annual basis from the date of contract award. Surveillance Methods: 1. If issues 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 performance evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-R-PBF003/listing.html)
 
Place of Performance
Address: USCG Headquarters (CG-9121), 2100 2nd ST. SW. Stop 7112, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02967604-W 20130119/130117234441-fcf165131b714f0d790dc3ff35d18353 (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.