Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

U -- CRANE TRAINING SERVICES - Pre Solicitation

Notice Date
5/1/2017
 
Notice Type
Presolicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Training Center (TRACEN) Cape May, 1 Munro Avenue, Mission Support Building, Room 212A, Cape May, New Jersey, 08204-5092, United States
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG4217Q5MA425
 
Point of Contact
christopher j. moulton,
 
E-Mail Address
christopher.j.moulton@uscg.mil
(christopher.j.moulton@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials, and equipment as required to conduct on site Mobile Crane training at U.S. Coast Guard Sector Delaware Bay on crane platform (Carry Deck 7750): located at 1 Washington Ave Philadelphia, PA 19147 & U.S. Coast Guard Station Cape May on crane platform (Carry Deck 5540): located at: 1 Munro Avenue Cape May, NJ 08204. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the Contractor and the Coast Guard will agree upon dates of execution. Approximate time frame of training would be June / July 2017. 3. SCOPE OF WORK: 1. Contractor shall conduct two separate-two day mobile crane-training courses for up to six students per class at each location above. 2. Contractor shall conduct an additional-one day class for Mobile Crane Train the Trainer (TTT) Candidates at each location. (6 days total) 3. The training course shall be both classroom and hands on instruction. Hands on time vs classroom time will be tailored to the student's skill level. All classes will be completed on-site. 4. Contractor shall provide training manuals for the maximum number of students agreed upon, specific for the applicable crane. 5. Course material shall remain U.S. Coast Guard property and will incorporate the specific cranes parameters and load charts. 6. Coast Guard Station Cape May and US. Coast Guard Sector Delaware Bay will provide a training room, instructor's aids, and pertinent crane equipment for the class. 4. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with DC1 Nicholas Bradford @ 609-677-2186 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated Contracting Officer's QAE representative and Point of Contact for this project is Nicholas Bradford @ 609-677-2186. Inquiries concerning any phase of the specification before or after award shall be made to CWO3 Louis Bevilacqua @ (609) 677-2173. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specifications or related documents. 7. AFTER AWARD OF THE CONTRACT: The Contractor must immediately notify the Contracting Officer's QAE representative of his intended start date. The work shall be done in accordance with the specification. 7.1. The Contractor shall consider items in BOLD as having mandatory due dates. Items in italics are deliverables or events that must be reviewed and/or approved by the QAE prior to proceeding to next deliverable or event in this SOW. See SOW 8. ORAL MODIFICATION: No oral statement of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The Contractor shall without additional expense to the Government, obtain all appointments, licenses, and permits required for the prosecution of the work. The Contractor shall comply with all applicable Federal, State and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the Contractor desires to carry on work on Saturday, Sunday, holidays, or outside the unit's regular hours, must submit their request in writing to the Contracting Officer's QAE Representative for approval consideration. The Contractor shall allow ample time to enable satisfactory arrangements to be made by the Government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer's QAE Representative and CWO3 Bevilacqua to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The Contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address, and last four (4) of SSN. All employees must be in possession of a valid ID card that meets the requirements of the Real ID Act of 2005. U.S. Coast Guard Sector Delaware Bay Security Officer will be given a copy of the employee list and grant access for entry. Each Contractor provided vehicle or towed trailer shall show the Contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on Government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: 1. Responsibilities: a. All Contractors working on US. Coast Guard Sector Delaware Bay & U.S. Coast Guard Station Cape May shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Safety Officer prior to starting work. b. Written notification must be provided to the US. Coast Guard Sector Delaware Bay & U.S. Coast Guard Station Cape May Safety Officer, Nicholas Bradford @ (609) 677-2186 in their capacity as Fire Marshal of any activity that could potentially cause fire or explosion or that change or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: A fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the unit, or blocking of any egress routes or emergency vehicle routes. Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by Safety Officer. c. Copies of the following must be provided to the Safety Officer prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work. d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a Contractor on US. Coast Guard Sector Delaware Bay & U.S. Coast Guard Station Cape May. A Facilities Division representative is required for all Contractor Lock Out/Tag Out needs and shall be coordinated by the Safety Officer listed above. 2. Rights: a. Every employee working on US. Coast Guard Sector Delaware Bay & U.S. Coast Guard Station Cape May has the right to a safe and healthy work place. The Contractor has the responsibility and right to stop unsafe work. QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations. 16. ENVIRONMENTAL PROTECTION REQUIREMENTS: a. All Contractors working on Station US. Coast Guard Sector Delaware Bay & U.S. Coast Guard Station Cape May shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR(series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist DC1 Nicholas Bradford (609) 677-2186, prior to starting work and must be in accordance with the Unit Environmental Guide. b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation at US. Coast Guard Sector Delaware Bay & U.S. Coast Guard Station Cape May. Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment. c. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent. d. Hazardous materials used by a Contractor are required to be disposed of by that Contractor. Disposal must be in accordance with federal, state, and local guidelines. #
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG4217Q5MA425/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Sector Delaware Bay located at 1 Washington Ave Philadelphia, PA 19147 & U.S. Coast Guard Station Cape May located at: 1 Munro Avenue Cape May, NJ 08204, United States
Zip Code: 08204
 
Record
SN04491746-W 20170503/170501235345-640157cfe2eddc381966311aba53e8fa (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.