Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOLICITATION NOTICE

U -- Homeport Training, Fire Fighting Training for Everett, WA

Notice Date
5/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-02-T-0048
 
Response Due
6/20/2002
 
Point of Contact
Jackie Rolly, Contract Specialist, Phone 407-380-8051, Fax 407-380-4164, - Louise Williams, Contract Specialist, Phone 407-380-4048, Fax 407-380-4164,
 
E-Mail Address
rollyjy@navair.navy.mil, williamslh@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N61339-02-T-0048 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 01-7. This solicitation is not set-aside. The NAICS Code for this solicitation is 611699 with a size standard of $5 million. This solicitation sets forth the requirements for providing Homeport Training (HPT) Fire Fighting Training (FFT) to Navy personnel stationed in the Pacific Northwest (PACNORWEST) Seattle/Everett, WA region/area. The offeror will propose how they will meet the requirements identified in Attachment 1 ? Purchase Description and should be formatted to cover technical areas, management, and price information as well as past performance indicators, and should not exceed 10 pages excluding certifications, awards, etc. Proposal must be responsive to the requirements in the Purchase Description and in addition cover the following: (1) Technical: Description of your institution?s accreditation or industry certification and provide copy as part of your proposal. Indicate if college credit or industry certification is provided for which courses. Description of your institution?s instructor resources and methods/policies for instructors to maintain currency in fire fighting training, and description of how you will meet Navy qualification process. Identify if you will use the Navy curriculum or your curriculum and your understanding of the Navy curriculum requirements. Description of your fire fighting facilities, its location relevant to Everett Navy Base, your classrooms, and capabilities to meet Navy projected throughput requirements and potential surge requirements. (2)Instructor Qualifications: Description of your instructors? qualifications, their qualification process, both commercial and to meet Navy requirements, and your methods/policies for instructors to maintain currency in fire fighting training. (3) Organization: Description of your institutions organizational structure and management practices. Description of your methods for safeguarding, maintaining and reporting on Government furnished property and information. Description of your institution?s class notification and cancellation policies. Indicate that your institution accepts Government credit card as method of payment. Pricing area should cover: Price for 1 to 15 students and subsequent price per student from 16 through 25 students. Include all costs associated with providing training except for transportation and meals. Provide the price of providing transportation and meals as a separate line item. Provide a total overall price for an average class size of 24 students. Show above prices from Oct 2002 through September 2007, on a yearly adjusted scale. Past Performance area should cover: Provide relevant contract numbers and points of contact from previous military, government, or commercial training, and any other recognition, awards, articles to enable complete past performance evaluations. Attachments for this solicitation can be obtained through the Naval Air Warfare Center web site located at http://www.ntsc.navy.mil/EBusiness/BusOps/Index.cfm. (Click on Open Acquisitions, then click the drop down on Document Types and choose SAP RFQ Notices.) Solicitation attachments include: (1) Purchase Description; (2) Department of Labor Wage Determination 1994-2563 for Everett, WA; (3) J-495-0412 (General Shipboard Fire Fighting) Lesson Plan (note: This lesson plan will also be used for course J-495-0416, the only difference is this will include Self Contained Breathing Apparatus (SCBA)); (4) J-495-0418 (Advanced Fire Fighting) Lesson Plan; and (5) J-495-0419 (Shipboard Fire Fighting Team Training) Lesson Plan. Award will be made in the form of a Blanket Purchase Agreement (BPA) not to exceed $5 million. The Government reserves the right to make award to multiple offerors in the event one offeror cannot met the required throughput or multiple awards represent the best value to the Government. In addition the Government reserves the right to perform a site review/inspection of offeror?s facilities to determine capability of complying with Navy safety requirements. Award will be contingent upon offeror?s ability to pass Navy safety inspection. In accordance with FAR 15.306(c)(2), the Government reserves the right to limit competitive range to permit efficient competition amongst the most highly rated proposals. The anticipated award date is O/A 22 Aug 02. Effective training start date 1 Oct 02. During the month of Sep 02, transition of Government furnished equipment, government provided training and safety inspections will occur, if required. The Government intends to pay by credit cards for course payment. The performance period will be from effective date of the BPA through 5 years. Acceptance shall be made at destination upon completion of the scheduled course. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 Deviation, 252.212-7001 and are incorporated by reference. FAR/DFARS clauses can be located at the following site: http://www.arnet.gov/far. FAR 52.212-1(b) is amended to read: NAWCTSD, Attn: Louise Williams, Code 25333, 12350 Research Parkway, Orlando FL 32826 at or before 1500 (3:00 PM), EST, 20 June 2002. Quotations also may be Faxed to (407) 380-4164, or emailed to williamslh@navair.navy.mil. FAR 52.212-2(a) is amended to read: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; and (iii) past performance. Technical (which includes Management) and Past Performance, when combined, are of equal value to price when determining best value to the Navy. Technical is considered slightly more important than Past Performance. are of equal value. Technical/management factors are the institution?s technical competence, instructor qualifications, and organization which are of equal importance. The following clauses of DFARS 252.212-7001(b) and (c) apply: 52.203-3 and 252.243-7002. The following clauses also apply: 52.232-36, 252.204-7004, and 252.209-7001. The DPAS rating for this solicitation is N/A. For information regarding this solicitation, contact Louise Williams at (407) 380-4048, via email: williamslh@navair.navy.mil, or Jacqueline Rolly at (407) 380-8051. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/N61339/N61339-02-T-0048/listing.html)
 
Place of Performance
Address: Offeror's Site
 
Record
SN00181377-F 20021004/021002220555 (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.