Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

U -- C-27J Pilot/Loadmaster Training

Notice Date
4/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-14-R-AMJ002
 
Archive Date
5/17/2014
 
Point of Contact
Deborah Culver, Phone: 202-475-3221, Robert A. Mann-Thompson, Phone: 202-475-3252
 
E-Mail Address
deborah.culver@uscg.mil, Robert.A.Mann-Thompson@uscg.mil
(deborah.culver@uscg.mil, Robert.A.Mann-Thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP# HSCG23-14-R-AMJ002 C-27 Pilot and Loadmaster Training Course This acquisition is being issued in accordance with FAR Subpart 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 HSCG23-14-R-AMJ002. The NAICS code is 611512. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-72 (January, 30 2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. THE GOVERNMENT INTENDS TO MAKE THIS AWARD WITHOUT DISCUSSIONS ALL PROPOSALS WILL BE CONSIDERED TO BE THE FINAL PROPOSAL. The U.S. Coast Guard intends to establish a single award Firm-Fixed Price contract to procure C-27 Pilot and Loadmaster training for the U.S. Coast Guard Office of Aviation. FAR 52.212-1 Instructions to Offerors - Commercial items (July 2013) and is supplemented as follows: Offerors shall submit an electronic version of their proposal in Adobe.pdf format The proposal shall be submitted in two volumes: Volume 1: Technical Capability Offerors shall provide the following: A narrative demonstrating the following: a. The offeror's ability to convene a course between June 16, 2014 and September 15, 2014 b. The offeror's capability of having either an aircraft or simulators available for instruction. c. The offeror's capability of having training manuals. d. The offeror's draft training plan Course outlines per course The resumes' of personnel designated Key in HSAR 3052.215-7 Offerors shall submit at least 3 relevant past performance references for contracts of a similar scope with either private industry or government instrumentalities (federal, state, or local) within the last 5 years. References shall include: 1. Name & contact information of the point of contract (PM/COR/COTR) 2. Name of Organization 3. A brief description of service 4. Contract Number 5. Status (Prime or Sub) 6. Contract Value 7. Contract Type 8. Period of Performance Volume 2: Price Offerors shall submit price proposals IAW the CLIN structure below. CLIN 00001 Description: C-27 Pilot Initial Training (2 Students) Quantity: 1 Unit: Each Price: _________ CLIN 00002 Description: C-27 Loadmaster Class (2 Students) Quantity: 1 Unit: Each Price: _________ Proposal Submission Deadline: 1400 ET on May 2, 2014 via the document submission option provided by FedBizOpps. Proposals submitted via other methods may not be considered. Question Submission Deadline: 0900 ET on April 23, 2014 via email to Deborah Culver at Deborah.Culver@uscg.mil. Offerors are requested to submit each volume as a separate document file. Additional terms, conditions and requirements that shall be submitted are as follows: The length of the total proposal inclusive of all volumes shall be no greater than 25 pages. The offerors shall sequentially number all pages of each volume. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. This is a lowest price technically acceptable (LPTA) solicitation. The evaluation factors are: Factor 1: Acceptability: To determine acceptability the Government will evaluate each vendor's ability to provide the services in accordance with the SOW, including: a. The offeror's ability to convene courses between June 16, 2014 and September 15, 2014 b. The offeror's possession of access to C-27 aircraft, simulators, or both for instruction c. The offeror's possession of C-27 training manuals d. The offeror's demonstrated understanding of the requirements of the SOW e. The offeror's ability to providing qualified key personnel f. Over all satisfactory or above relevant past performance Factor 2: Price The Government will evaluate the total overall price. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013) is applicable to this acquisition. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013) is applicable to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014) (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: ___ (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). _X__ (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 (Jul 2013) (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). ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _X__ (10) 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). ___ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (12) 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). ___ (13) [Reserved] ___ (14) (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). ___ (15) (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. ___ (16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (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. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) (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. ___ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (23) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _X__ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X__ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). ___ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (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.) ___ (37) (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.) ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (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__ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (41) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (42) (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. ___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (44) 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). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2303 Note). ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 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)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (52) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332). ___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (54) (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) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (9) 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 (Jul 2013) (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) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (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 (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 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. (xv) 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 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 address: http://farsite.hill.af.mil/vffar1.htm 52.203-7 Anti-Kickback Procedures (October 2010); 52.204-4 Systems for Award Management (Jul 2013); 52.233-2 Service of Protest (Sept 2006); 52.227-14 Rights in Data General (Dec 2007); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.244-6 Subcontracts for Commercial Items (Dec 2010); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); HSAR 3052.247-72 - F.O.B. destination only. (End of clause) 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 FACILITIES (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: Program Manager and Instructor (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) 3052.204-70 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (JUN 2006) (a) The Contractor shall be responsible for Information Technology (IT) security for all systems connected to a DHS network or operated by the Contractor for DHS, regardless of location. This clause applies to all or any part of the contract that includes information technology resources or services for which the Contractor must have physical or electronic access to sensitive information contained in DHS unclassified systems that directly support the agency's mission. (b) The Contractor shall provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. (1) Within____["insert number of days"] days after contract award, the contractor shall submit for approval its IT Security Plan, which shall be consistent with and further detail the approach contained in the offeror's proposal. The plan, as approved by the Contracting Officer, shall be incorporated into the contract as a compliance document. (2) The Contractor's IT Security Plan shall comply with Federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.); the Government Information Security Reform Act of 2000; and the Federal Information Security Management Act of 2002; and with Federal policies and procedures that include, but are not limited to, OMB Circular A-130. (3) The security plan shall specifically include instructions regarding handling and protecting sensitive information at the Contractor's site (including any information stored, processed, or transmitted using the Contractor's computer systems), and the secure management, operation, maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. (c) Examples of tasks that require security provisions include-- (1) Acquisition, transmission or analysis of data owned by DHS with significant replacement cost should the contractor's copy be corrupted; and (2) Access to DHS networks or computers at a level beyond that granted the general public (e.g., such as bypassing a firewall). (d) At the expiration of the contract, the contractor shall return all sensitive DHS information and IT resources provided to the contractor during the contract, and certify that all non-public DHS information has been purged from any contractor-owned system. Components shall conduct reviews to ensure that the security requirements in the contract are implemented and enforced. (e) Within 6 months after contract award, the contractor shall submit written proof of IT Security accreditation to DHS for approval by the DHS Contracting Officer. Accreditation will proceed according to the criteria of the DHS Sensitive System Policy Publication, 4300A (Version 2.1, July 26, 2004) or any replacement publication, which the Contracting Officer will provide upon request. This accreditation will include a final security plan, risk assessment, security test and evaluation, and disaster recovery plan/continuity of operations plan. This accreditation, when accepted by the Contracting Officer, shall be incorporated into the contract as a compliance document. The contractor shall comply with the approved accreditation documentation. (End of clause) 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (SEPT 2012) (a) Sensitive Information, as used in this clause, means any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated"sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All Contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the Contractor to prohibit individuals from working on the contract if the Government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those Contractor employees authorized access to sensitive information, the Contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. (End of clause) INVOICING Each invoice shall contain the following information: (1) Contract or Delivery/Task Order Number (2) Name of the Contract Specialist or Contracting Officer (3) Invoice Routing Code (IRC) assigned by the Coast Guard (CG-9121) (4) Annotate on the invoice indicating that the contractor represents a small business for accelerated payment purposes. (a) The Coast Guard unique Invoice Routing Code (IRC) for this contract or delivery/task order is: CG-9121 (Contracting Officer Insert applicable Invoice Routing Code (IRC) here from the list provided in Enclosure 1 (e.g. PCB-1, CG-9121, etc.) or as specified here: http://cgweb.fincen.uscg.mil/centralinv/ under "WINS Remote Site Invoice Routing Code (IRC) Lookup") (b) Each invoice must be submitted to the designated billing office via one of the following modes, listed in descending order of preference: (1) FINCEN Website invoice receipt form: http://www.fincen.uscg.mil/centralinv/central_inv_contr.cfm (2) Fax: (757-523-6900) (3) Mailed to: Commercial Invoices, U.S. Coast Guard Finance Center, 1430A Kristina Way Chesapeake, VA 23326 (c) To facilitate processing, all proper invoices and any supporting information submitted electronically using the FINCEN web based invoice submission capability must be submitted as a single Adobe.pdf formatted file, or as otherwise specified in the contract. (d) Supporting documentation along with a copy of the invoice shall also be e-mailed to the Contract Specialist and/or COR at the addresses cited below: Deborah.Culver@uscg.mil Contract Specialist (CTR) Jessica.M.Bylsma@uscg.mil (COR) (e) In accordance with the Prompt Payment Act, for the purposes of determining a payment due date and the date on which interest will begin to accrue if a payment is late, a proper invoice shall be deemed to have been received: (1) On the later of: (i) For invoices that are mailed or transmitted via facsimile, the date a proper invoice is actually received by the designated billing office and annotates the invoice with date of receipt at the time of receipt. (ii) For invoices electronically transmitted by the contractor via web based submission, the date a transmission is received by the designated billing office, and receipt confirmation is provided to the designated recipient; or(ii) The seventh day after the date on which the property is actually delivered or performance of the services is actually completed; unless- a) The agency has actually accepted the property or services before the seventh day in which case the acceptance date shall substitute for the seventh day after the delivery date; or b) A longer acceptance period is specified in the contract, in which case the date of actual acceptance or the date on which such longer acceptance period ends shall substitute for the seventh day after the delivery date; (2) On the date placed on the invoice by the contractor, when the agency fails to annotate the invoice with date of receipt of the invoice at the time of receipt (such invoice must be a proper invoice); or (3) On the date of delivery, when the contract specifies that the delivery ticket may serve as an invoice. (4) Web based submission by the contractor and receipt confirmation does not reflect Government review or acceptance of the invoice. (5) Payment inquiries and status may be obtained - at the following website: - https://www.fincen.uscg.mil/secure/payment.htm. 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: 202-475-3781 Point of Contact: Deborah Culver Contract Specialist Deborah.Culver@uscg.mil Phone: 202-475-3221 Performance Work Statement Dated: 04/14/2014 1.0 GENERAL 1.1 SCOPE This Performance Work Statement (PWS) describes the program requirements for the U.S. Coast Guard C-27J (Joint Cargo Aircraft (C-27J) for one initial course of pilot and aircrew initial training. The course shall include the necessary ground, simulator and flight phases for the following: Initial Pilot Training (C-27J); Instructor Training (C-27J); Functional Check Flight Training (C-27J); and Loadmaster Training (C-27J). 1.2 BACKGROUND The U.S. Coast Guard (USCG) will receive 14 aircraft as part of the Consolidated Appropriations Act, FY 2014 from the United States Air Force (USAF). The Coast Guard has an immediate need to train one flight crew compliment to be able to fly the aircraft. At least one C-27J aircraft is projected to be ready to fly on or around August, 2014. The Coast Guard would need an aircrew trained to fly that aircraft in time for aircraft availability. 1.3 PLACE OF PERFORMANCE The place of performance shall be the Contractor's training facility or facilities 1.4 PERIOD OF PERFORMANCE The period of performance for this contract is June 16, 2014 through September 15, 2014. 1.5 HOURS OF OPERATION The USCG requires full access to all of the Contractor facilities between the hours of 0700 to 2000 (time zone of facility location). The USCG shall require occasional access to facilities later than 2000 and on weekends for additional training. 1.6 CONTRACTOR PERSONNEL The Contractor shall provide qualified personnel to fulfill these requirements as follows: 1.6.1 PROJECT MANAGER: The Contractor shall provide a Project Manager (PM) who shall be responsible for all Contractor work performed under this contract. The Project Manager is further designated as Key by the U.S. Coast Guard. The PM shall be the single point of contact for the Contracting Officer and the Contracting Officer's Representative (COR). The contractor shall provide the name of the PM and any alternate(s) who shall have the authority to act for the Contractor in the absence of the PM. During any absence of the PM, the alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The PM and designated alternate(s) shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the PM without prior acknowledgement from the Contracting Officer. The PM shall respond to a request for discussion or resolution of technical problems within 48 hours of notification by the Contracting Officer or COR. 1.6.2 QUALIFIED PERSONNEL. The Contractor shall provide qualified personnel to perform all requirements specified in this Contract. Flight instructors shall have FAA C-27J type ratings as instructor pilots. 1.6.3 KEY PERSONNEL. Before replacing any individual designated as Key by the U.S. Coast Guard, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgement from the Contracting Officer. The U.S. Coast Guard may designate additional Contractor personnel as Key in this contract. 1.7 SECURITY There are no security requirements under this contract. 1.8 TRAVEL There is no travel anticipated for this requirement. 1.9 KICK-OFF MEETING The Contractor shall schedule a Kick-Off Teleconference with the Contracting Officer and the COR not later than 10 days after the date of award. The purpose of the Kick-Off Teleconference, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of the performance work statement and review the Contractor's training plan. The Kick-Off Meeting will be via teleconference. 1.10 GENERAL REPORT REQUIREMENTS The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation III (Windows Vista and Microsoft Office 2007 Applications). 1.11 TRAINING PLAN The Contractor shall maintain a Training Plan containing the anticipated milestones/schedule for satisfying course requirements. 1.12 PERFORMANCE REQUIREMENTS SUMMARY This contract includes a Performance Requirements Summary (PRS). In general, the PRS will set forth the expected outcomes (objectives) of the task order, the service(s) required of the Contractor to attain the objectives, a performance standard per outcome, and a surveillance method for recording contractor 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 reductions in payment in accordance with any clause for inspection of services, or termination. 1.13 SECTION 508 COMPLIANCE Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998, requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities, unless it would pose an undue burden to do so. Federal employees and members of the public who have disabilities must have access to and use of information and services that is comparable to the access and use available to non-disabled Federal employees and members of the public. All electronic and information technology (EIT) deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 - Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products, which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially, available that meet some but not all of the standards, the agency must procure. 2.0 DEFINITIONS APU - Auxiliary Power Unit CBT - Computer-Based Training CDNU - Control Display Navigation Unit COR  Contracting Officer's Representative CRM - Crew Resource Management FFS - Full motion Flight Simulator FMS - Flight Management System FTD - Flight Training Device GTC - Gas Turbine Compressor HAZMAT - Hazardous Materials IAP - Instrument Approach Procedures IFR - Instrument Flight Rules NVG - Night Vision Goggles PM - Project Manager SME - Subject Matter Experts VFR - Visual Flight Rules VMCA - Air Minimum Control Speed 3.0 GOVERNMENT FURNISHED RESOURCES There are no government furnished resources under this contract. 4.0 CONTRACTOR FURNISHED RESOURCES The Contractor's shall be required to provide all labor, materials, services, and equipment required to perform IAW the contract, except for those resources listed under PWS 3.0. 4.1 CONTRACTOR FACILITY The Contractor shall provide a training facility that meets the following criteria: 4.1.1 Facility Equipment: Contractor training facilities shall possess either C-27J aircraft or their applicable simulators. 4.1.2 Facility Certification: The Contractor must possess all required international, state and federal licenses, certificates, and permits to operate its facility to the required level as needed to comply with these requirements. 4.1.3 Maintenance: The Contractor must keep its facility properly functional and well-maintained. All facility areas that the USCG uses must be functional and free of debris. During the contract period of performance, if the Contractor proposes to close, remove, replace, alter or perform maintenance on a facility, aircraft, or other training area the Contractor shall provide a suitable substitute for the USCG. 4.2 CONTRACTOR FURNISHED EQUIPMENT The Contract shall provide the following equipment to USCG personnel. The government estimates that each class will provide training for a maximum 2 pilots or 2 load masters per class. Classes may be run simultaneously. The government will inform the contractor at the issuance of task orders as to the exact number of USCG personnel that will attend. 4.2.1 The contractor shall be responsible for providing all personnel and equipment necessary to develop, produce, install, operate, instruct, manage, schedule, and maintain the C-27J training program for two pilots and two loadmasters. The training program shall be structured using a previously approved DoD training curriculum. A full motion flight simulator or C-27 aircraft shall be used for instruction. 5.0 REQUIREMENTS 5.1 CREWMEMBER TRAINING PROGRAMS The crewmember training programs below represent the U.S. Coast Guard anticipated needs for aircrew initial training. The requirements shall be considered the minimum necessary to meet the U.S. Coast Guard needs for trained, proficient aircrews. The contractor may tailor the training program design, based on experience in providing similar training programs to civil and military customers as well as best commercial practices, as long as the minimum subject matter requirements are met. The contractor shall provide pilot and loadmaster Aircrew Training Manuals (ATM). 5.1.1 AIRCREW TRAINING Aircrew training shall consist of a ground school phase, a simulator phase, and a flight phase. A full-motion simulator shall be used for training or the contractor shall provide the C-27J aircraft for the on-aircraft phase of aircrew training under this contract. 5.1.1.1 C-27J INITIAL PILOT TRAINING The contractor shall provide initial pilot transition training. The training shall provide type qualification and shall be structured for students who are instrument-rated, military fixed-wing, multi-engine qualified pilots. The minimum qualified pilot (instrument-rated, military fixed-wing, multi-engine pilot) referred to, may have as few as 500 fixed-wing hours, with a type rating in the HC-130J. The curriculum shall have been taught to military aircrew operating the C-27J. 5.1.1.2 C-27J INSTRUCTOR PILOT TRANSITION TRAINING The contractor shall provide instructor pilot transition training. The training program design shall assume a target audience of students who have completed C-27J pilot transition training and have been previously qualified as military fixed-wing, multi-engine instructor pilots, with a type rating for the HC-130J. The curriculum shall have been taught to military aircrew operating the C-27J. 5.1.1.3 C-27J FUNCTIONAL CHECK FLIGHT TRAINING The contractor shall provide functional check flight training in accordance with a curriculum previously approved by a DoD military agency. 5.1.1.4 C-27J LOADMASTER INITIAL TRAINING The contractor shall provide loadmaster initial training. The loadmaster initial training program shall be designed with the assumption that the student is qualified as a rotary wing or fixed wing aircrew member with no prior experience as a loadmaster on the C-27J Aircraft. The curriculum shall have been taught to military aircrew operating the C-27J. 5.2 TRAINING PROGRAM DEVELOPMENT 5.2.1 TRAINING PROGRAM DESIGN The contractor shall provide a comprehensive aircrew training program, designed to produce fully-qualified pilots and loadmasters capable of performing C-27J missions. The training program development and implementation shall be consistent with established FAA and best commercial practices. 5.2.2 TRAINING PERSONNEL AND EQUIPMENT The contractor shall be responsible for providing all personnel and equipment necessary to develop, produce, install, operate, instruct, manage, schedule, and maintain the C-27J training program for two pilots and two loadmasters. The training program shall be structured using a previously approved DoD training curriculum. A full motion flight simulator shall be used for the simulator phase. 5.2.3 TRAINING SAFETY The contractor shall establish detailed procedures to ensure the safety of all participants when conducting training that involves hazardous operations. Safety procedures will include relevant notices, cautions, notes, and warnings extracted from publications or handbooks or from other commercial/military information sources. The contractor shall report all medical and safety incidents to COR monthly. 5.2.4 TRAINING INSTRUCTORS The contractor's instructors shall have a professional understanding of the principles of learning and teaching methods and shall be able to demonstrate their ability to apply these principles and methods. Contractor instructors shall possess thorough technical knowledge of the subject to be taught, including underlying aircraft and mission equipment design features and architectures. 5.2.5 TRAINING MATERIALS Sufficient quantities of training materials shall be provided to each student. These materials shall include, for example: DoD Aircraft Flight/Operations Manuals, Flight Training Guides, Student Handouts, and Instructor Guides. All training materials shall be published in English and shall use US Customary units. The U.S. Coast Guard shall retain U.S. Coast Guard purpose rights for all training materials associated with this contract. The U.S. Coast Guard shall be conveyed the rights to reproduce, modify, or otherwise use these materials, along with courseware and other training materials supplied under this PWS, for internal use within the U.S. Coast Guard. 5.2.6 TRAINING CERTIFICATES Upon completion of the training, each student shall be presented with a Certificate of Training Completion which, in the case of initial training, will provide the basis for awarding of a U.S Coast Guard C-27J Competency. Student training records shall be provided at the request of the COR. Contractor shall maintain 75% or greater pass rate for Pilot/Loadmaster Training Courses 6.0 REFERENCES The following documents form a part of the performance work statement to the extent specified herein. Where the exact issue of a document is specified, only that issue shall be used. Otherwise, the current issue as of the date of the award is applicable: 6.1 C-27J PILOT INITIAL, INSTRUCTOR TRAINING, PROFICIENCY, and LOADMASTER COMDTINST M3710.1 (series) Air Operations Manual 6.1 FAR/AIM Federal Aviation Regulations/Aeronautical Information Manual 7.0 DELIVERABLES The Contractor shall consider all items below as having mandatory due dates. Item PWS Section Deliverable Due Date 1 1.9 Kick-Off Meeting NLT 3 (3) days after contract award 2 5.2.6 Training Certificates As scheduled and agreed upon   8.0 PERFORMANCE REQUIREMENTS SUMMARY Performance standards for each task order are as outlined below: Item PWS Objective Performance Standard Surveillance Plan 1 4.2.1 Availability of Simulators 100% COR Surveillance Contractors will make aircraft and simulators available as required to Surveillance train USCG personnel 2 5.2.3 Course Safety All medical and safety 100% COR Surveillance incidents will be reported to COR monthly 3 5.2.6 Proficient Training Contractor shall 100% COR Surveillance maintain 75% or Methods greater pass rate for Pilot/Loadmaster Training Courses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-R-AMJ002/listing.html)
 
Record
SN03342314-W 20140419/140417235833-ee23d1d2f7b0d33cf8cb8b4de1858df6 (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.