SOLICITATION NOTICE
R -- DCMA Engineering Training Course
- Notice Date
- 10/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W, 6350 Walker Lane Suite 300, Alexandria, Virginia, 22310-3241
- ZIP Code
- 22310-3241
- Solicitation Number
- S5105A-10-R-DCMA01
- Archive Date
- 11/5/2009
- Point of Contact
- Sheila C. Thompson-White, , Sue A Gerardo,
- E-Mail Address
-
sheila.thompson-white@dcma.mil, sue.gerardo@dcma.mil
(sheila.thompson-white@dcma.mil, sue.gerardo@dcma.mil)
- Small Business Set-Aside
- N/A
- Description
- (i)This is a combined synopsis/solicitation for commercial items/services 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; proposals are being requested and written solicitation will not be issued. (ii) DCMA S5015A-10-R-DCMA08 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for proposal (RFP). Submit electronic offer document type: Combined Synopsis/Solicitation Solicitation Number: DCMA S5015A-10-R-DCMA ENGINEERING TRAINING COURSES Anticipated Award Date: 30 October 2009 Classification Code: R: Professional Administrative, and management support services Naics Code: 611430 Professional and Management Development Training All US firms, colleges, universities or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) North American Industrial Classification Standard: 611430 (v ) Description: The Defense Contract Management Agency (DCMA), Procurement Center intends to solicit full and open competition in accordance with FAR 13.5. The scope of this work is to provide specialized engineering training to General Engineers (801 series), Mechanical Engineers (830 series) and Aerospace Engineers (861 series) within the DCMA Aeronautical Systems Division (ASD) community. The contractor will provide and conduct the training courses. This will be a firm fixed price level of effort. The contractor shall provide training materials for five (5) training courses. The training shall be delivered as traditional instructor-led classroom training; materials shall include but not limited to syllabus, text books and lecture notes associated with the specific subject matter of each course. Homework and quizzes shall be used to supplement classroom training and to measure student comprehension of the subject matter being presented. Post training surveys/evaluations shall also be developed and are considered part of the training materials. The contractor shall conduct training at various government locations throughout the United States. Each training session shall be conducted by one or more instructors holding one or more advanced engineering degrees from an accredited college or university. Instructors shall have an extensive hands-on experience in the application of their subject material in the aerospace industry. Each training session shall be conducted for a class size not to exceed 30 students. The contract will be for a twelve month period with two option years. Offerors able to provide the required services are invited to identify their interest and ability to meet the requirements by submitting their qualifications/capabilities and any other information which shows a bona fide ability to meet these requirements. Basic Year Quantity Unit Unit Price Amount 0001 Training Materials 0002 Conduct Training courses at various Locations throughout United States (See Appendix A for detailed information on courses) 0003 - Travel (Inclusive) Option Year One 1001 Training Materials 1002 Conduct Training Courses 1003 - Travel (Inclusive) Option Year Two 2001 Training Materials 2002 Conduct Training Courses 2003 - Travel (Inclusive) (vi) FOB: Destination for delivery to: DCMA-Information Technology Division, 6350 Walker Lane, Suite 300, Alexandria, VA 22310. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition. (viii) The Government intends to award this requirement on Best Value Award: The award will be made to the Offeror whose quote complies with the RFP, meets the PBSW requirements and represent the best value to the Government considering technical approach (understanding and staffing), program management, past performance and price. Contract award will be made primarily on the basis of non-price factors when combined, are significantly more important than price. However if two or more offers are tied with respect to their overall (non-price) ratings, price will be the deciding factor. FACTOR 1. Technical Approach 1. Understanding. The offeror should demonstrate a clear understanding of the tasks in the Performance Based Statement of Work (PBSW) and the potential problems in meeting the scope of work requirements. The offeror should include a statement and discussion of anticipated major difficulties and problems areas, together with potential or recommended approaches for their solution. 2. Staffing. The offeror shall have an extensive hands-on experience in the application of their subject material in the aerospace industry. In addition, the offeror shall be regionally accredited engineering university by the U.S. Department of Education or a component thereof, and instructors shall have one or more advanced engineering degrees in their subject matter or after normal duty hours. FACTOR 2. Program Management The offeror shall discuss what management approach will be applied to oversee the requirements described in the PBSW. The offeror's management approach will be evaluated on its feasibility, practicability, and appropriateness in accomplishing the tasks and deliverable from a management perspective. The offeror shall describe how issues or problems are identified and resolved. Proposals will b evaluated to determine if the offeror has infrastructure that enables them to rapidly respond to problems and whether the offeror can obtain resources for quick reaction requirements. FACTOR 3: Past Performance a. Offerors must provide information concerning performance in providing the services relevant to those required in the PBSW, for the last three contracts similar in nature to this requirement, either completed or currently being performed during the last three years. Offerors shall describe the relevance of each listed contract to the current RFP's requirements. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial customers. b. Attachment 2, Past Performance Information (Part I), must be completed and submitted by all offerors. c. Attachment 3, The Respondent Information (Part II) must be completed and submitted directly by offeror's references to the DCMA Procurement Center via email to Sue Gerardo at sue.gerardo@dcma.mil before or by the closing date and time, 21 October 2009 FACTOR 4. PRICE (NOT ADJECTIVELY RATED) The RFP will also require the submission of price information, which the Government will use to evaluate price reasonableness. Although proposed price is not assigned an adjectival rating, it is also an important factor in the award process. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, with quote (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. NOTICE TO VENDORS - REQUIREMENT SUBJECT TO AVAILABILITY OF FUNDS 52.232-19 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.232-7003 Electronic Submission of Payment Requests; (xiv) All quotes must be emailed to Sue Gerardo at sue.gerardo@dcma.mil Quotes are required to be received no later than EST (Eastern Standard Time), 21 October 2009. Late proposals will not be considered. Attachment 1 Performance Based Statement of Work (PBSW) Defense Contract Management Agency (DCMA) Aeronautical Systems Division (ASD) Engineering Training May 2009 1 General Description 6 2 About DCMA and the Aeronautical Systems Division 6 3.1 Develop Training Materials 6 3.2 Conduct Training 7 4 Delivery of Training Materials 7 5 Periodic Adjustments to Performance Standards 7 6 Place of Performance 7 7 Period of Performance 7 8 Time of Performance: 8 9 Travel. 8 10 Service Provider 8 11 Invoicing. 8 12 Primary Contracting Officer's Representative (COR) 8 13 Primary Contracting Officer's Technical Representative (COTR) 9 14 Disclosure of Information: 9 15 Limited Use of Data 9 Appendix A - Definition of Training Courses 10 1 General Description The objective and scope of this work is to provide specialized engineering training to General Engineers (801 series), Mechanical Engineers (830 series), and Aerospace Engineers (861 series) within the DCMA Aeronautical Systems Division (ASD) community. The Service Provider (SP) will develop and conduct the training courses. This will be a firm fixed price level of effort. 2 About DCMA and the Aeronautical Systems Division DCMA is the Department of Defense (DoD) agency responsible for working with the Defense industry to help ensure that systems, supplies, and services are delivered on time, at projected costs, and meet performance requirements. This involves managing 300,000 prime contracts valued at approximately $1.2 Trillion. DCMA is headquartered in Fairfax County, Virginia (with a mailing address of Alexandria, VA), and employs approximately 10,000 civilian and military professionals worldwide. The agency is organized into six divisions: Aeronautical Systems, Naval Sea Systems, Ground Systems and Munitions, Space and Missile Systems, International, and Special Programs. The Aeronautical Systems and Naval Sea Systems Divisions headquarters are co-located with each other in Boston, MA. The Ground Systems and Munitions, and Space and Missile Systems Divisions are co-located with each other in Carson, CA. The International and Special Programs Divisions are co-located with the agency headquarters in Alexandria, VA. The divisions are further subdivided into 50 Contract Management Offices (CMOs) with over 800 employee duty stations worldwide, working with over 16,000 Defense related firms. The Aeronautical Systems Division is organized into product-aligned sectors: Fixed Wing, Propulsion, Rotary Wing, Sustainment and Non-Aviation, and Unmanned Aerial Vehicle. In addition to sectors, the Division includes Directorates for Aircraft Operations, Technical and Contracts. There are 18 major subordinate Contract Management Offices (CMOs) that are grouped into their respective sectors. 3 Training Tasks 3.1 Develop Training Materials The SP shall create training materials for five (5) training courses defined in Appendix A. The training shall be delivered as traditional instructor-led (classroom) training; materials shall include, but not limited to, syllabus, text book(s) and lecture notes associated with the specific subject matter of each course. Quizzes shall be used to supplement classroom training and to measure student comprehension of the subject matter being presented. Pre and post training surveys/evaluations shall also be developed and are considered part of the training materials. The training evaluations will meet or exceed level 2 evaluation criteria on the Kilpatrick Training Evaluation Scale The SP shall work with the primary contracting officer's technical representative (COTR) to obtain concurrence of the training materials before conducting training. Expectation: Deliver high quality training materials. Standard: All materials are prepared in a clear and concise manner, properly formatted, spell checked, and grammatically correct. All training materials are delivered to the COTR for review and approval prior to conducting training and within 45 days of contract award. Assessment: Review of training and instructional materials by DCMA COTR to verify content. 3.2 Conduct Training The SP shall conduct training at various government locations throughout the continental United States (CONUS). Each training session shall be conducted by one or more instructors holding one or more advanced engineering degrees from an accredited college or university. Instructors shall have a extensive hands-on experience in the application of their subject material in the aerospace industry. Each training session shall be conducted for a class size not to exceed 30 students. Each of the five (5) training courses defined in Appendix A shall be held at least twice during the period of performance (a total of 300 student seats shall be provided). The SP shall provide class rosters and training surveys/evaluations to the contracting officer's representative (COR) at the conclusion of each training session. DCMA will provide the SP with access to computer and network hardware and software necessary to fulfill the classroom training requirements of this PBSW. Expectation: Conduct high quality training. Standard: Achieve a 90% or satisfactory or better ratings from post training surveys/evaluations. Assessment: Review of post training surveys/evaluations by COTR. 4 Delivery of Training Materials The SP shall provide each student with a copy of training materials including text books, lecture notes and other items as deemed appropriate by the SP at the beginning of each training session. 5 Periodic Adjustments to Performance Standards In its experience with other performance-based instruments, DCMA has sometimes found it necessary to adjust performance standards. That is because written expressions of performance standards sometime inadvertently motivate service provider behaviors that are actually counterproductive to achieving the desired performance objectives. DCMA accordingly reserves the right to adjust any or all performance standards in this PBSW, including additions, deletions, substitutions, or modifications, at any time, subject, of course, to the stipulations in the "Changes" clause of any contract in which this PBSW is included. DCMA, however, does not plan to make any such adjustments. 6 Place of Performance The places of performance shall be as follows: for the development of training materials - the SP's location; for conduct of training - various government locations throughout the continental United States (CONUS). 7 Period of Performance The period of performance is one year after date of contract award, but not to exceed September 30, 2010, with multiple one-year option periods. 8 Travel: The SP will provide funding for its own travel; DCMA will provide funding for its students. 9 Time of Performance. Classroom training periods are restricted to normal business hours (Monday through Friday, 0800-1700 local). Work will not be performed on federal holidays - http://www.opm.gov/fedhol/index.asp. 10 Service Provider The Service Provider (SP) shall be an regionally accredited engineering university by the U.S. Department of Education or a component thereof, and instructors shall have one or more advanced engineering degrees in their subject matter or after normal duty hours 11 Invoicing. Invoices shall be submitted electronically via the Wide Area Workflow payment process. See http://www.dcma.mil/DCMAHQ/cntr-dcmac-j/index.htm for an overview and to get started using Wide Area Workflow. POC for payments will be provided at the time of award. 12 Primary Contracting Officer's Representative (COR) Name: will be provided at the time of award Organization: DCMA Address: DCMA-WFD 6350 Walker Lane, Suite 300 Alexandria, VA 22310-3241 Phone Number: Fax Number: Email Address: 13 Primary Contracting Officer's Technical Representative (COTR) Name: will be provided at the time of award Organization: DCMA Address: DCMAA-OC 495 Summer Street Boston, MA 02210-2184 Phone Number: Fax Number: Email Address: 14 Disclosure of Information: Information made available to the SP by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. The SP agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each SP or employee of the SP to whom information may be made available or disclosed shall be notified in writing by the SP that such information may be disclosed only for a purpose and to the extent authorized herein. 15 Limited Use of Data Performance of this effort may require the SP to access and use data and information proprietary to a Government agency or Government SP which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. SP and/or SP personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorized Government personnel or upon written approval of the Contracting Officer. The SP shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the SP without such limitations or prohibit an agreement at no cost to the Government between the SP and the data owner which provides for greater rights to the SP. Appendix A Definition of Training Courses The following five descriptions shall be used to develop individual training courses. Training course material shall include real-world application and practical examples of the engineering principles and technical information as it applies to aircraft and aircraft systems. Training courses shall be designed for a 32-40 hour classroom experience over a continuous one week period. Course 1 This course shall include concepts of airframe design and repair. It shall provide a background of airframe structural design and post-design (including retrofit, repairs, modification, structural life extension, maintenance and salvage) with emphasis on practical and hands-on applications of metallic airframe structures made of aluminum and other materials. It shall cover major repairs and/or modification work. Structural problems involving thin-sheets of stiffened panels and fasteners, buckling and crippling characteristics in airframe structures and structural repair methods shall be addressed. Course 2 This course shall include information and techniques for designing composite airframe structures. It shall cover the basic theory of composites, composite design considerations such as design factors and other guidelines, and practical laminate strength analyses for sizing sound composite structures. It shall address the use of advanced composites, emphasizing design and manufacturing methods. Engineering tools used to develop composite airframe designs shall be included. Course 3 This course shall focus on airframe sizing, and on selection of structural configurations and materials that combine to produce an economic design. It shall cover the effects of static, fatigue, and fail-safe requirements, damage tolerance, and repairability as each relates to optimizing airframe design. Information and data for metallic airframe sizing and for the design of weight-efficient aircraft components that possess structural integrity shall be addressed. Course 4 This course shall address the structural integrity of aircraft including concepts in methods for fatigue, durability, and damage tolerance analysis/testing of metallic aircraft structures. It shall cover the use of fatigue and fracture mechanics technology in the design of durable, damage-tolerant aircraft structures and the extended safe use of aging aircraft. It shall cover the application of technology to verify the structural integrity and longevity of new aircraft, along with life monitoring, maintenance, and life extension of aging aircraft. Methods used to develop fatigue loading spectra, fatigue life, crack growth, and residual strength analyses shall be included. Course 5 This course shall include corrosion theory and control as it applies to aircraft airframes. It shall provide topics on high-temperature corrosion, time-dependent corrosion (such as pitting, exfoliation, and crevice corrosion), environmental embrittlement and stress corrosion. It shall cover prevention of corrosion failures based on proper design, materials and process selection, and the use of corrosion-preventive compounds (CPCs). Electrochemistry as applied to corrosion, fracture mechanics, identification of corrosion and corrosion-prone areas, combined effects of corrosion and stress (both static and dynamic), and state-of-the-art products, procedures, and techniques for aircraft corrosion control shall be addressed. Part I - Offeror Contract Performance Information (ATTACHMENT 2) Solicitation Number: Information To Be Completed by Offeror Provide a Minimum of Three References Name of Agency/Command/Company Contracting Activity: Contract number: Contract type: Total contract value (Include exercised an unexercised options) At time of award: $ Currently (or at completion): $ Period of performance or delivery schedule (Include exercised an unexercised options) At time of award: Currently (or at completion): Brief description or title of contract requirements. Use space as needed, but do not exceed one typewritten page per contract. Procuring Contracting Officer (PCO) Use current name as point of contact for on-going contracts or the last individual's name for completed contracts. Name: Telephone number: Facsimile number: E-mail address: Contracting Officer's Representative (COR) Name: Telephone number: Facsimile number: E-mail address: Administrative Contracting Officer (ACO): Name: Telephone number: Facsimile number: E-mail address: Brief description of any problems encountered and corrective actions taken to resolve those problems. Use space as needed, but do not exceed one typewritten page per contract. ATTACHMENT 3: PAST PERFORMANCE SHEET Solicitation Number: AGENCY: Date Name of Offeror: _______________________________________________________________ Information on Past Performance Information Retrieval System (PPIRS) on similar projects: Contract Number:_______________________________ Agency:______________________________________ 1. Reference Firm Contacted 2. Project Title: ____________________________________________________________ 3. Contract Number (if known): 4. Name of Key Person Contact: 5. Key Contact Phone No.: 6. Did the Key Contact work directly on the contract referenced? Yes [ ] No [ ] 7. Contract period: From to 8. Brief Description of Work Performed: 9. Quality of Work Performed and Products Delivered: 10. Degree of Cooperation by Contractor and Your Organization. (a) How well overall did the Contractor work with the Contracting Organization? (b) How well did the key personnel and Contractor's staff work with COTR and Contracting Organization's staff? 11. Timeliness of Contract Work. (a) Was work completed on time? (b) Were there any unresolved problems during performance or afterwards? _______ 12. Effectiveness of Cost Controls (For Cost Reimbursement Contracts Only). (a) Was the project completed within budget? (b) Were costs properly controlled? ______________________________________ 13. Would you recommend the Contractor? Yes No If no explain why Rating_________ (Rate the past performance as Excellent, Satisfactory or Unsatisfactory) Supporting Comments Common DoD Assessment Rating System Excellent (E) - Performance meets contractual requirements and exceeds many to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Satisfactory (S) - Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Unsatisfactory (U) - Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DCMA/DSPPMRO/DCMAC-W/S5105A-10-R-DCMA01/listing.html)
- Place of Performance
- Address: Defense Contract Management Agency, 6350 Walker Lane, Alexandria, Virginia, 22310-3241, United States
- Zip Code: 22310-3241
- Zip Code: 22310-3241
- Record
- SN01980233-W 20091007/091006000648-daa2d7adc88d35176e2043236ca71afe (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 |