Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
MODIFICATION

U -- Aviation Safety Specialist Course (A-493-0065)

Notice Date
9/17/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-02-T-0870
 
Response Due
9/19/2002
 
Point of Contact
LaKeisha Hawkins, Contract Specialist Intern, Phone 757-443-1384, Fax 757-443-1424, - Marlene Chambley, Supervisory Contract Specialist, Phone 757-443-1362, Fax 757-443-1424,
 
E-Mail Address
lakeisha_n_hawkins@nor.fisc.navy.mil, marlene_k_chambley@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a modification to the previously issued synopsis, posted on or about 25 July 2002. Solicitation N00189-02-T-0870 is hereby reopened for clarification purposes. PHASE II: Part II- Oral Presentations will not be required under this solicitation. Amendment 001 to the subject solicitation deleting this requirement will be available after 1430 on 18 September 2002 at http:\\www.neco.navy.mil. ================================================================== The Government intends to negotiate an Indefinite Delivery/Requirements type contract with firm fixed price unit prices for the instruction of the Aviation Safety Specialist Course (A-493-0065), as required by the Naval Occupational Safety and Health Environmental Training Center (NAVOSHENVTRACEN), 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), one-year option periods. Training services shall be performed in the Continental United States. This is a 100% Small Business Set-aside. The NAICS Code is 611699. The SIC Code is 8299. PHASE I: Part I- Resumes. All responsible sources must submit resumes, past performance, and pricing data to the Fleet and Industrial Supply Center by 3:00 p.m. on the date the offer is due. One instructor is required to teach this course. 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 four (4) year baccalaureate degree and at least five (5) years of combined experience in aviation and safety, OR a two (2) year associate degree with a minimum of seven (7) years of combined experience in aviation and safety, OR a minimum of ten (10) years of combined experience in aviation and safety, AND 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), AND at least one (1) year of aforementioned experience must be in teaching Naval personnel, OR instructor must have at least three (3) years of active duty in the Navy with an honorable discharge. PHASE I: Part II- Past Performance. 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 NAVOSHENVTRACEN relative to the award of the contract resulting from the solicitation. Detailed specifications and requirements will be specified in the solicitation. PHASE I: 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. PHASE II: Part I- Written Material. PHASE II: Part II- Oral Presentations. PHASE II: Part III- 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 request for quote (RFQ) will be posted approximately 13 August 2002. Number Note 1 applies.
 
Place of Performance
Address: Continental United States.
 
Record
SN00169416-W 20020919/020917213832 (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.