SOLICITATION NOTICE
U -- Training in Advanced Logistics Concepts, Practices, and Management
- Notice Date
- 4/6/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- 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
- HSCG23-15-Q-PLT003
- Archive Date
- 5/1/2015
- Point of Contact
- Robert A. Mann-Thompson, Phone: 2024753252
- E-Mail Address
-
robert.a.mann-thompson@uscg.mil
(robert.a.mann-thompson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This acquisition is being issued in accordance with FAR Subpart 13. 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 United States Coast Guard (USCG) will award a Firm-Fixed Price Purchase Order (PO) with a period of performance from Date of Award to September 30, 2015. The solicitation number is HSCG23-15-Q-PLT003 and is being issued as a Request for Quotation (RFQ). This is a sole source acquisition issued on an unrestricted basis. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, effective March 02, 2015. This solicitation is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this RFQ is solely within the discretion of the Government. The Government intends to solicit and negotiate a firm fixed priced purchase order to The Institute for Defense and Business for the Advanced Program in Logistics and Technology Program in accordance with the authority of FAR 13.106-1. Market research and information gathered determined this company to be the only source for this requirement but, all responsible sources may submit an offer, which will be considered by the Agency. Classification Code: U NAICS Code: 611699 ($11M) The following FAR, HSAR, and CG-912 provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: FAR 52.212-1--Instructions to Offerors--Commercial Items (Apr 2014) supplemented as follows: Offerors shall submit an electronic version of their proposal in Adobe pdf. Proposal submissions in other formats may not be considered. The proposal shall be submitted with the following information: 1. Technical Capability: Offeror shall provide a detailed understanding of the Performance Work Statement (PWS), the offeror's approach to performing the requirements; the offeror shall submit a course description or syllabus for the proposed class. 2. Past Performance: Demonstrate relevant experience in managing efforts of the size and type outlined in this solicitation. 3. Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. Offerors shall submit price proposals IAW the CLIN structure below. CLIN 00001 Description: Advanced Program in Logistics and Technology Program Quantity: 8 Unit: Each Student Price: _________ QUOTE SUBMISSION DEADLINE: Offerors shall submit an electronic version of the quote in word, excel, or adobe pdf format by 4:00pm Friday, April 16, 2015 via uploading to FBO. Any questions should be emailed no later than 4:00 pm ET on Monday, April 08, 2015 and shall be submitted to robert.a.mann-thompson@uscg.mil. FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) supplemented as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1: TECHNICAL CAPABILITY: The Government will evaluate the Offeror's proposal to determine capability to perform all of the requirements outlined in the PWS. FACTOR 2: RELEVANT PAST PERFORMANCE: The Government will evaluate the Offeror's past performance information for services directly related and relevant to the services to be performed under the PWS to their performance on previous contract vehicles. The Government will evaluate quality, timeliness, cost control, and business relations. To be considered relevant, the services must have been performed within the past three years. The USCG reserves the right to utilize past performance information other than the information submitted with the quotations received in conducting the evaluation. FACTOR 3: PRICE: The Government will evaluate the total overall price to determine price reasonableness. If travel is expected, please include in the price quote as a separate reimbursable line item. The evaluation process will consist initially of a review of quotations for substantial compliance with the requirements set forth in the solicitation. Proposals that are determined to not substantially meet requirements may not be considered further for award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) FAR 52.212-4, Contract Terms and Conditions- Commercial Items (Dec 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2015) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (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) [Reserved] ___ (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) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 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). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)). ___ (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) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (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) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (24) 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_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 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.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (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, 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 (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) 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. 2302 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. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 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 (May 2014) (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: ___ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). ___ (10) 52.222-55, Minimum Wages Under Executive Order 13658 Dec 2014)(Executive Order 13658). (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) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 (May 2014) (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 (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 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. (ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (x) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 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). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 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. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014)(Executive Order 13658). (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 52.203-5 Covenant Against Contingent Fees (May 2014); 52.203-7 Anti-Kickback Procedures (May 2014); 52.204-2 Security Requirements (August 1996); 52.204-6 Data Universal Numbering System (DUNS) Number (Jul 2013); 52.204-7 Central Contractor Registration (Jul 2013); 52.204-8 Annual Representations and Certifications (Dec 2014); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment(Aug 2013); 52.212-4 Contract Terms and Conditions - Commercial Items (Dec 2014); 52.232-25 Prompt Payment (Jul 2013); 52.233-2 Service of Protest (Sept 2006); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); (End of clause) HSAR 3052.212-70: CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. _X_3052.209-72 Organizational Conflicts of Interest. (b) Clauses. _X_3052.217-100 Guarantee. (USCG) _X_3052.242-72 Contracting Officer's Technical Representative. _X_3052.247-72 F.O.B. destination only (Dec 2003) (End of clause) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-91) Ombudsman Program for Agency Protests Email: OPAP@uscg.mil Fax: 202-372-8447 Phone: 202-475-5786 More information about the Ombudsman Program for Agency Protests (OPAP) can be found at http://www.uscg.mil/acquisition/business/ombudsman.asp Alternative Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3252   PERFORMANCE WORK STATEMENT Dated: 03/20/2015 1. GENERAL. 1.1 Scope. The contractor is to provide academic training in advanced logistics concepts, practices, and management for mid/senior personnel; logistics concepts, management, and strategy for executive level personnel; and the philosophy and methods of total life cycle support for equipment and systems. All courses should focus content within the constraints and requirements of a military/government system. A mix of both Coast Guard military personnel and civilian employees will attend all courses. 1.2 Background. In 2006, the Coast Guard began a major transformation in how mission support (logistics) was performed in the Coast Guard. The new concept centralized management of logistics programs, services, and increased the role of total life cycle support on Coast Guard leaders and managers. In 2008, the Coast Guard appropriation included funds directing the use of the Logistics and Technology Center (LOGTECH) to train mid & senior grade personnel beside our DOD counterparts in advanced logistics concepts and the use of technology in our logistics systems. This is essential to the mission of the Coast Guard, as it allows it to function alongside other US military organizations without logistical conflicts at military and government sites. In addition, it greatly enhances the Coast Guard's operational missions to have highly qualified personnel trained in logistics. 1.3 Contractor Personnel. The Contractor shall provide qualified personnel to perform these requirements. 1.3.1 Scheduling Point of Contact. The Contractor shall provide a point of contact to the Government that will be available to schedule and coordinate Coast Guard personnel training requirements with the COR. This point of contact must speak English. 1.3.2 Instructor Qualifications. The Contractor shall provide instructors for each course that, at a minimum, meet the following qualifications: 1.3.2.1 Have at least three years experience in the development and/or management of logistics operations and oversight; technology development and application to logistics issues; strategic planning, and/or leadership and organizational management. 1.3.2.2 Have at least one year of experience instructing groups of more than 10 students. 1.3.2.4 Speak English 1.4 Period of Performance. The period of performance for this effort is five (5) years from the date of award. 1.5 Place of Performance. The work to be performed under this contract will be performed at the Contractor's facilities. The Contractor's facilities shall be 50 miles from an airport within the continental United States. Facility must be served by commercial transportation e.g. taxi, bus, train, airport/hotel shuttle. 1.6 Hours of Operation. The Contractor is free to operate within their normal commercial practices. 1.7 Travel. Contractor travel shall not be reimbursed under this contract. 1.8 Course Scheduling. Course sessions shall be on the contractor's published commercial schedule as available to all eligible course participants. 1.9 Performance Requirements Summary. All task orders issued under this contract will be performance based and incorporate the Performance Requirements Summary (PRS) outlined in PWS 8.0. The PRS will set forth the expected outcomes (objectives) of the service(s) required of the contractor to attain the objectives and a performance standard per outcome. It is the intent of the Government to maintain consistency in standards and associated reduction schedules for same or similar outcomes from task order to task order. Therefore, all task orders issued under this contract shall use the PRS outlined in PWS 8.0 unless stated otherwise. The PRS is not an exclusive remedy and the PRS does not preclude the Government from using any other remedy available by law or contract terms. Failure to adhere to the PRS may result in negative feedback in the Contractor's past performance history. 1.10 General Reporting Requirements. All reports generated under this task order shall be delivered to the Coast Guard in electronic format with read/write capability utilizing applications compatible with the MS Office Suite 2007 application and Adobe Acrobat. 1.11 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. 1.12 Security. All portions of this contract are considered to be unclassified. 1.13 Status Meetings. The Contractor may be required to meet with the COR periodically to evaluate Contractor performance. A mutual effort will be made to resolve all problems identified during these meetings. Meetings may occur via teleconference.   1.14 Contractor Facility Visits. The COR or other designated government representative may periodically visit the training facility to evaluate Contractor performance. This may include observation of instructors, student materials, and facilities. Visits shall be conducted during the contractors stated business hours. 1.15 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. GOVERNMENT TERMS. 2.1. COR Contracting Officer Representative 2.2. IDIQ Indefinite Delivery Indefinite Quantity contract 2.3. KO Contracting Officer 2.4. PRS Performance Requirements Summary 2.5. PWS Performance Work Statement 2.6. USCG United States Coast Guard 3. GOVERNMENT FURNISHED RESOURCES. The Government shall not provide any resources under this requirement. 4. CONTRACTOR FURNISHED RESOURCES. 4.1 Contractor Facilities. The Contractor shall furnish all facilities, materials, equipment, and services necessary to fulfill the requirements of this task order, including the following: 4.1.1. Classroom and study facilities suitable for the training provided. 4.1.2. All training aids, including any audio-visuals, mockups, or simulations listed in the program must be accurate and appropriate to the course for which they are used. 4.1.3. All training materials i.e. books, handouts, papers required for the training. 5. REQUIREMENTS. The contractor shall provide academic training in the five areas listed below as well as food services and lodging as an integrated part of the training experience: 5.1. Advanced Logistics Course: 5.1.1. This course shall concentrate on the business processes comprising the Logistics concept. Including enterprise resource planning systems, life cycle management, inventory control, and supply chain management. Students shall become familiar with terminology, operating concepts, and system integration of logistics, acquisition, and sustainment processes. The course shall also introduce and review topics impacting logistics and sustainment requirements and performance: 5.2.1.1 Partnerships with Suppliers and Customers and the importance of their perspective in developing and executing logistics and supply chain management; 5.2.1.2 Supply chain management (SCM) planning and customer focused outcomes. 5.2.1.3 Technology innovation to enhance logistics and issues that may drive logistics practices in the future. 5.2.1.4 Explore strategies used by the leading companies and organizations to improve logistics performance. 5.2.1.5 Explore the relationships and impacts of economic changes and political influences on logistics and organizations. 5.2.1.6 Develop techniques for problem solving and evaluation of complex problems in logistics management, planning, staging, or deployment. 5.1.2. Course duration should not be more than ten (10) business days. 5.1.3. Attendance quantity of USCG personnel shall range from zero (0) to a maximum of ten (10) persons per course. 5.2. Executive Logistics Course: 5.2.1. This program shall focus on strategic considerations surrounding the development and sustainment of enterprise logistics systems from the senior executive perspective. Topics shall include enterprise resource planning systems, life cycle management, enterprise sustainment concepts and measures: 5.3.1.1 Understand the role of Logistics as an integral part of the military organization. 5.3.1.2 Explore strategic planning methodologies and implementation challenges as applied to logistics support of military operations. 5.3.1.3 Explore globalization and the strategic challenges and priorities for logistics and supply chain management. 5.3.1.4 Review technology innovation to enhance logistics and issues that may drive logistics practices in the future. 5.3.1.5 Compare and contrast government and private sector partners best practices to establish greater organizational effectiveness. 5.3.1.6 Examine change management theories of organizational change and culture and how they affect the transformation process. 5.2.2. Course duration should not be more than ten (10) business days. 5.2.3. Attendance quantity of USCG personnel shall range from zero (0) to a maximum of two (2) persons per course. 5.3. Product Life Cycle Management Course: 5.3.1. This course shall enhance the students understanding of logistics and the concept of Total Life Cycle support through sustainment integration & improvement, system engineering concepts, and analysis of industry, and DoD best practices. 5.4.1.1 Explore the interaction between product life cycle management and supply chain management. 5.4.1.2 Discuss systems engineering approaches and advances that facilitate transformational logistics systems for life cycle support. 5.4.1.3 Evaluate the role of logistics in system design and maintenance system development and operation. 5.4.1.4 Review common systems improvement techniques: Lean, Six Sigma, Theory of Constraints, and others. 5.4.1.5 Explore strategies used by the leading companies and organizations to improve supply chain performance. 5.3.2. Course duration should not be more than ten (10) business days. 5.3.3. Attendance quantity of USCG personnel shall range from zero (0) to a maximum of four (4) persons per course. 5.4. Course Examination. All courses shall conclude with an examination that measures the comprehension of the knowledge by the students. This examination can be in any format desired by the Contractor, provided that the examinations accurately assesses the material that the student has been expected to retain. 5.5. Lodging. USCG personnel will require lodging while on the Contractor's facility. 5.5.1. Quality Room Standards. Single occupancy, all rooms shall include a high standard of hygiene. Rooms shall have an attached private bath with full toilet and shower. Rooms should be of similar size and type for all participants. Rooms shall provide at a minimum a bed, chair, and desk, with appropriate lighting. 5.5.2. Rooms shall be provided with regularly scheduled housekeeping services. 5.5.3. Lodging shall be in compliance with, The Hotel and Motel Fire Safety Act of 1990, PL101-391, 15 USC Sec. 2225, at a minimum. Facilities must be listed in the U.S. Fire Administration Hotel-Motel Master List to be considered suitable: http://apps.usfa.fema.gov/hotel/index.cfm. 5.6. Meals. All USCG personnel will require three meals per day while lodging on the Contractor's facility. Meal standards shall be in accordance with the DOD Manual for the DOD Food Program and the DOD Menu Standards, updated as of December 15, 2010. See Section 6.0 for reference. 5.7. Course Evaluation Questionnaire. The Contractor shall provide a short course evaluation questionnaire to the students at the end of the course. Questionnaire shall be provided to the COR prior to the course for review and approval. All completed questionnaires shall be provided to the COR no later than ten business days after the course conclusion. 5.8. Course Completion List. The Contractor shall submit a simple one page document to the COR no later than ten business days after the completion of each course. The document shall simply be a list of the students who attended the course, and whether or they passed or failed. 5.9. Training Certificate. The Contractor shall provide a suitable certificate of completion for those successfully completing the course of instruction. The training certificates shall be sent to the COR and student no later than ten business days after the completion of each course. 6. REFERENCES. 6.1. Lodging Reference http://uscode.house.gov/download/pls/15C49.txt 6.2. DOD Menu Standards, Updated as of December 15, 2010 http://www.public.navy.mil/bupers-npc/support/physical/Documents/DOD%20Nutrition%20Standards-FINAL%20.pdf   7. DELIVERABLES. Item PWS Section Deliverables Due Date___________ 001 5.9 Course Eval Questionnaire 10 days after course completion 002 5.10 Course Completion list 10 days after course completion 003 5.11 Training Certs 10 days after course completion 8. PERFORMANCE REQUIREMENTS SUMMARY Performance standards for this requirement are as outlined below. Performance Objective 1. Provide satisfactory course content 2. Provide satisfactory instruction to the Government. Required Service 1. Provide at least satisfactory course content measured by the course evaluation questionnaires. 2. Provide at least satisfactory performance measured by the student pass ratings. Performance Standard 1. The Contractor shall achieve a satisfactory or higher rating from 80% of the students attending each course during a contract year. 2. At least 80% of the students shall pass all Contractor courses during a contract year. Method of Surveillance 1. 100% COR surveillance as measured by the course evaluation questionnaires. 2. 100% COR surveillance as measured by the student pass/fail ratio.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-Q-PLT003/listing.html)
- Record
- SN03689917-W 20150408/150406234345-534662983f371b5b5183f97c688fa3fe (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 |