This solicitation for construction services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued.
The solicitation number is 31020PR250024147. Applicable North American Industry Classification Standard (NAICS) codes are: 611519 Other Technical and Trade Schools,
This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15.
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, Lowest Price Technically Acceptable {LPTA}.
When submitting your proposals, request a price breakdown of the following:
- Cost of materials and equipment
- Cost of labor
- Pricing
Contract will be awarded to the vendor who can provide Lowest Price Technically Acceptable, which includes all labor, material, cost and equipment required within the SOW. Cost and Past Performance factors will also be considered when selecting the award.
Quotes are to be received no later than close of business (12:00 pm) on Wednesday 16 July 2025 and are to be sent via e-mail to Ulric.Waldron@uscg.mil
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in SAM.Gov
1.0 OBJECTIVE
The U.S. Coast Guard (USCG) requires a Competent Tower Climber and Rescue Fall Protection Course at USCG Station Miami Beach. The training shall comply with the ANSI/ASSP Z359.2-2022, Minimum Requirements for a Comprehensive Managed Fall Protection Program and be conducted in accordance with the ANSI/ASSP Z490.1-2016, Criteria for Accepted Practices in Safety, Health, and Environmental Training. The purpose of this training is to ensure that USCG personnel receive comprehensive instruction on fall hazard identification, proper use of personal protective equipment (PPE), and rescue procedures while working at heights.
Number of Personnel attending training: 36
2.0 TRAINING LOCATION AND EQUIPMENT
2.1 Primary Classroom training:
USCG Base Miami Beach
100 MacArthur Causeway
Miami Beach, FL 33177
Alternate location:
USCG Civil Engineering Unit Miami
15608 SW 117th Ave
Miami, FL 33177
Practical climbing location:
USCG Civil Engineering Unit Miami
15608 SW 117th Ave
Miami, FL 33177
Alternate location practical climbing location:
USCG Base Miami Beach
100 MacArthur Causeway
Miami Beach, FL 33177
Unit POC:
Paul Rowe – Phone: (305) 415-7115 Paul.C.Rowe@uscg.mil
LTJG Flores Collazo Phone: (305) 415-7106 Luis.F.FloresCollazo@uscg.mil
This potential alternate location would be on board a Fast Response Cutter moored at Base Miami Beach. If able to be arranged, Base Miami Beach requests 04 hours of practical training on board an asset on which technicians perform the majority of their aloft work. This is not a hard requirement as it would be dependent on the availability of a Fast Response Cutter.
2.2 Training equipment:
- The contractor shall provide all necessary training equipment, including but not limited to:
- Anchorage systems
- Fall arrest systems
- Rescue training equipment
- Simulation structures, if required
3.0 SCOPE OF WORK
3.1 The contractor shall provide a Competent Tower Climber and Rescue Fall Protection Course that includes:
- Fall Hazard Identification
- Occupational Safety and Health Administration (OSHA) and Federal OSHA Regulations and Standards
- Proper Use of PPE, which shall, at a minimum, include:
- Full Body Harnesses
- Lanyards
- Work Position Lanyards
- Ladder Safety Systems
- Anchorage and Connectors
- Rescue Training focusing on techniques for self-rescue and assisted rescue scenarios
- Estimation of Clearance to ensure proper fall protection planning
- Knots and Ropes training for proper securing and rescue techniques
3.2 The contractor shall provide all necessary training equipment excluding students' PPE.
4.0 TRAINING REQUIREMENTS
4.1 The contractor:
- Must have at least 10 years of experience delivering fall protection training to the Department of Defense (DoD) and/or the Department of Homeland Security (DHS) and their personnel.
4.2 The training:
- Must be IACET-accredited, ensuring that participants receive Continuing Education Units (CEUs) upon completion.
- Must be instructor-led and include a practical hands-on component with a student-to-instructor ratio that ensures individual attention and competency verification.
5.0 DELIVERABLES
5.1 Contractor will provide to USCG:
- Training syllabus and course materials provided prior to training.
- Training certification and CEUs awarded upon successful completion.
- Post-training evaluation and student competency assessment report provided to USCG.
6.0 GOVERNMENT FURNISHED EQUIPMENT
6.1 GFE (hardhats and climbing harnesses) will be provided for students only. Instructors must supply their own climbing gear.
7.0 PERIOD OF PERFORMANCE
7.1 The training shall be conducted on mutually agreed-upon dates as determined by USCG and the contractor.
8.0 CONTRACTOR QUALIFICATIONS
8.1 The contractor:
- Must be IACET-accredited.
- Must have a minimum of 10 years of experience providing fall protection training to DoD personnel.
- Must have experience delivering training that meets ANSI/ASSP Z359.2-2022 and ANSI/ASSP Z490.1-2016 standards.
9.0 EVALUATION CRITERIA
9.1 The USCG will evaluate contractor proposals based on the following criteria:
- Compliance with ANSI/ASSP Z359.2-2022 and ANSI/ASSP Z490.1-2016
- IACET accreditation
- Experience providing DoD fall protection training
10.0 POINT OF CONTACT
Paul Rowe – Phone: (305) 415-7115 Paul.C.Rowe@uscg.mil
LTJG Flores Collazo Phone: (305) 415-7106 Luis.F.FloresCollazo@uscg.mil
Performance Period: Performance of work is expected to commence NLT 05 days after award is made. The extension period must be approved by the Contracting Officer for any unforeseen delays.
For scheduling & Technical questions please contact the following USCG members:
Paul Rowe – Phone: (305) 415-7115 Paul.C.Rowe@uscg.mil
LTJG Flores Collazo Phone: (305) 415-7106 Luis.F.FloresCollazo@uscg.mil
APPLICABLE FAR CLAUSES
52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (Sept 2023)
52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2024)
52.212-4 Contract Terms and Conditions—Commercial Items (Oct 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2023)
52.222-41 Service Contract Labor Standards (Aug 2018)
Work hours: Monday through Friday, 0730 – 1500 (7:30 am – 3 pm) No weekends or Holidays authorized.
See attached applicable FAR Clauses by reference.
Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award.
Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.