Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2002 FBO #0110
MODIFICATION

U -- Regional Oil and Hazardous Substance Spill Management Team Course (A-493 0082)

Notice Date
3/20/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-02-R-0012
 
Response Due
4/17/2002
 
Archive Date
5/2/2002
 
Point of Contact
Karen Owens, Contract Specialist, Phone 757-443-1448, Fax 757-443-1424, - Marchetta Smith, Contract Specialist, Phone 757-443-1445, Fax 757-443-1424,
 
E-Mail Address
karen_y_owens@nor.fisc.navy.mil, marchetta_a_smith@nor.fisc.navy.mil
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
The Government intends to negotiate an Indefinite Delivery/Requirements type contract with firm fixed prices to provide Navy On-Scene Coordinator (NOSC)/Facility Incident Commanders (FIC) Spill Management Team personnel with the knowledge and skills to enhance the Navy's ability to respond to oil and hazardous substance spills as required by the Naval Occupational Safety and Health Environmental Training Center, Norfolk VA. This Indefinite Delivery/Requirements type contract with firm fixed prices is in accordance with FAR subpart 13.5 "Test Program for Certain Commercial Items" (CLINGER - COHEN). Detailed specifications and delivery requirements will be specified in the solicitation. The resulting contract will be from the date of award for one year with four (4), twelve-the option periods. Training services shall be performed in the Continental United States as well as overseas. The offer is a 100% full and open Competition, with a 10% Evaluation Preference for HubZone. The NAICS Code is 611699. The SIC Code is 8299. PHASE I: Part I All responsible sources must submit resumes, past performance, and pricing data to the Fleet and Industrial Supply Center by 4:00 p.m. on the date the offer is due. Provide one resume for the primary instructor and one resume for an alternate instructor, which will be used as a contingency replacement if necessary. The instructor and alternate must have (a) a four (4) year baccalaureate degree and at least five (5) years of experience in chemistry, industrial hygiene, environmental engineering, occupational safety and health, or any combination thereof, OR a two (2) year associate degree with a minimum of seven (7) years of experience in chemistry, industrial hygiene, environmental engineering, occupational safety and health, or any combination thereof, OR a minimum of ten (10) years of experience in chemistry, industrial hygiene, environmental engineering, occupational safety and health, or any combination thereof. (b) A minimum of five (5) years of experience in oil transfer, managing oil spill assets and response personnel, deploying oil spill equipment or a combination of these and experience working in an Incident Command System (ICS) or any combination thereof. (c) A minimum of three (3) years of instructional experience (ONE YEAR'S EXPERIENCE EQUATES TO A MINIMUM OF 160 HOURS OF CLASSROOM TRAINING TIME PER 12 MONTH PERIOD). d) At least one (1) year of aforementioned instructional experience must be in teaching Navy and/or Coast Guard personnel OR instructor must have at least three (3) years of active duty in the Navy or Coast Guard with an honorable discharge. Part II Past Performance (a) The Performance Risk Assessment Group (PRAG) will conduct a past performance evaluation based upon the past performance of the offeror and any subcontractors as it relates to the probability of successful accomplishment of the work required by the solicitation. Detailed specifications and requirements will be specified in the solicitation. Part III Price Proposal Offerors are required to complete the SF 1449 and schedule of services. NOTE: Under Phase I, Offerors' resumes, past performance and price will be evaluated to determine which offerors will proceed on to Phase II - Written Material and Oral Presentations. PHASE II: Evaluation for Award. Phase II consists of the technical proposal which will be an oral presentation, written material, and price proposal. Potential offerors are hereby notified that that the solicitation and subsequent amendments to the solicitation will ONLY be available by downloading the documents at http://www.neco.navy.mil, and this office will no longer issue hard copy solicitations. By submitting an offer the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, or debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to so represent may be grounds for refusing to accept the quote. The RFP will be issued approximately 20 March 2002. Note: The Response date of 20 March 2002 is not the RFP response date. The RFP has not been posted. The approximate RFP date of 20 March 2002 has been changed to read: 22 March 2002.
 
Place of Performance
Address: Continental United States as well as overseas.
 
Record
SN00045954-W 20020322/020320213405 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.