Aviation Training Program Coast Guard Air Station Astoria (Helo Hoisting)
ID: 70Z08424QDL940023Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide vessel support for the Aviation Training Program at Air Station Astoria in Warrenton, Oregon. The contractor will be responsible for supplying a vessel, personnel, and equipment necessary for conducting helicopter hoisting operations, which are critical for maintaining aircrew proficiency in search and rescue missions. This procurement is a Total Small Business Set-Aside, with a contract duration starting from September 23, 2024, through September 22, 2025, and options for two additional one-year extensions. Interested parties must submit their offers by September 16, 2024, at 10:00 AM Pacific Time, to both Christopher U. Columbres and Jing Liu via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a contract proposal from the U.S. Coast Guard (USCG) for providing and operating vessels in support of helicopter hoisting operations at the USCG Air Station in Astoria, Oregon. The contract is structured as a Firm Fixed Price Indefinite Delivery Requirement Type, spanning from September 2024 through September 2027, with indications for both base and option years. Key requirements include the submission of electronic invoices through the Invoice Processing Platform (IPP), which mandates specific invoice formats and content for payment processing. The contract also stipulates the roles of various government representatives, such as the Contracting Officer and the Contracting Officer's Representative, who are responsible for oversight and coordination throughout the contract's duration. The purpose of the document aligns with federal contracting standards, detailing the responsibilities of the contractor, administrative procedures, acceptance criteria, and compliance with applicable laws. It emphasizes the need for communication between the contractor and U.S. government contacts, ensuring adherence to regulations while mitigating risks associated with service delivery. Overall, this document serves to establish a clear framework for contractual obligations and performance expectations within the context of government RFPs and grants.
    This document outlines an amendment to a solicitation, primarily affecting the proposal due date and responding to inquiries from potential contractors. The amendment extends the submission deadline from September 13, 2024, at 8 AM PDT to September 13, 2024, at 12 PM PDT. Additionally, it clarifies that this project is new, not a recompete, and will be awarded based on Lowest Price Technically Acceptable (LPTA) criteria. It confirms that a TWIC card meets the necessary Tier 1 background investigation requirement for all contractors' employees involved in the project. The amendment provides critical updates about procedure and requirements, ensuring that potential offerors are aware of timeline changes and compliance expectations. The overall purpose is to keep all stakeholders informed and to facilitate a fair bidding process, adhering to federal procurement protocols.
    This document outlines an amendment to a solicitation for offers, emphasizing the need for acknowledgment of the amendment by bidders. The amendment specifically extends the proposal due date from September 13, 2024, to September 16, 2024, at 10 AM Pacific Time. Additionally, it replaces the Schedule of Service attachment in the solicitation with a revised price schedule. It is critical that any changes to previously submitted offers must reference the solicitation and the amendment, and be submitted prior to the specified deadline to avoid rejection. The overarching purpose of these amendments is to ensure clarity in the bidding process and to maintain compliance with federal procurement regulations, facilitating the effective management of government contracts. This document is relevant to both federal and local government requests for proposals (RFPs) and showcases the structured process in handling solicitation modifications.
    The document outlines a Request for Proposals (RFP) for the provision and operation of vessels in support of the U.S. Coast Guard Aviation Training Program at Air Station Astoria. The contract will have a base period of one year, with the possibility of extending for two additional one-year options. Services are to be ordered via task orders under an Indefinite Delivery Requirement Type Contract. The estimated quantity for each year is 939 training blocks, which equate to one hour of vessel time during training operations, excluding transit time. Contractors will only be compensated for actual training blocks utilized; no payment will be made for unused blocks. The pricing structure is firm-fixed and encompasses all associated costs, including taxes. The RFP emphasizes a clear requirement for adherence to the Statement of Work and federal regulations, indicating a structured approach to ensure compliance and efficient execution of the training support services needed by the Coast Guard.
    The document outlines a request for proposal (RFP) for a contract with the U.S. Coast Guard to provide and operate vessels in support of the Aviation Training Program at Air Station Astoria over a base period of one year, with two optional one-year extensions. Services will be acquired through task orders under an indefinite delivery requirement-type contract. The main focus is the provision of 700 training blocks each year for helicopter hoisting operations, billed at a firm-fixed price that includes all applicable taxes. Contractors will only be compensated for actual training blocks utilized, with no payment for unused blocks. This ensures that the government is only responsible for payment based on services rendered. The RFP underscores the importance of adherence to the Statement of Work and federal regulations, particularly FAR Clause 52.212 regarding the scope of service provisions.
    The Statement of Work (SOW) for the Coast Guard's Air Station Astoria outlines the requirements for a contractor to provide vessel support for helicopter hoisting operations. The U.S. Coast Guard, tasked with maintaining aircrew proficiency, seeks vessel services for training involving the retrieval and delivery of equipment and personnel via helicopters. Key specifications include the vessel's size, operational capabilities, safety equipment, and compliance with various federal regulations. Contracted vessels must be capable of complex maneuvers, such as maintaining stability under rotor downwash and recovering personnel and equipment from the water. The contractor must also ensure qualified personnel, logistical readiness, and adherence to safety protocols during training sessions. A rigorous schedule, with a flexible two-step planning approach and necessary licensing and insurance, is mandated. The contract spans one base year, including four optional years, emphasizing a commitment to ongoing aircrew training and readiness in the Columbia River's operational area. Effective communication, preparation, and documentation are crucial for the successful execution and evaluation of training events. Overall, this SOW reflects the Coast Guard's operational demands for enhanced training capabilities, ensuring safety and compliance in responding to maritime incidents.
    The Quality Assurance Surveillance Plan (QASP) outlines procedures for monitoring the Contractor's performance in relation to the Helo Hoist contract at USCG Base Astoria, OR. Its primary purpose is to ensure that the services rendered meet government standards, despite not being an enforceable part of the contract. The QASP emphasizes the Contractor's responsibility for quality control, while the Government focuses on overseeing performance. Evaluation methods include inspections, customer complaints, and reviews of Contractor quality control records. In events of substandard performance, the Government seeks to address issues directly with the Contractor but may resort to formal discrepancy reports and payment deductions as necessary. This document serves as a framework for maintaining accountability and quality in governmental contracts, ensuring that financial consequences reflect service quality received.
    The document addresses the solicitation for proposals related to federal and state/local grants, specifically targeting applicants interested in funding opportunities. It outlines guidelines for submitting proposals and highlights eligibility criteria, funding limitations, and specific project requirements. The primary focus is to encourage applicants from various sectors, including non-profits, educational institutions, and local governments, to engage in projects that align with federal priorities. Key points include the importance of demonstrating community impact, sustainability measures, and collaboration with other organizations. Applicants are also required to provide detailed budgets and timelines, showcasing their capacity to effectively manage funds and deliver results. Overall, the document serves as a crucial tool for potential applicants, offering clear instructions and expectations to ensure compliance with federal regulations while maximizing the socio-economic benefits of funded projects. This initiative plays a significant role in fostering innovation and improvement within communities through strategic investment.
    Lifecycle
    Similar Opportunities
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Aviation Availability: USCGC ALERT FY25 AA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC ALERT (WMEC-210B) during fiscal year 2025. The procurement involves a range of maintenance tasks, including cleaning and inspecting aviation fuel tanks, conducting load tests on power supplies, and adhering to environmental regulations and safety protocols throughout the repair process. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and operational standards set by the U.S. Coast Guard. Interested parties should contact Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or 206-815-4330, with the performance period scheduled from January 6, 2025, to February 4, 2025, and a total small business set-aside designation under FAR 19.5.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source due to proprietary data restrictions and the critical nature of the services required. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    Non-Destructive Inspection (NDI) Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide Non-Destructive Inspection (NDI) training services, including NAS-410 Level 3 certification, for its personnel. The contract will cover initial training for 30-45 students over a five-year period, consisting of one base year and four option years, with training sessions focusing on four NDI methods: Fluorescent Penetrant, Magnetic Particle, Eddy Current, and Ultrasonic. This training is crucial for ensuring the airworthiness of aircraft and compliance with regulatory standards. Interested small businesses must submit their quotations by October 2, 2024, with an anticipated award date around January 31, 2025; inquiries can be directed to Rose Bateman or Jackson Perry via email.