Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2002 FBO #0332
SOURCES SOUGHT

U -- Diving Inspection, Diving Refresher, and Working Diver Training Courses

Notice Date
10/28/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Huntsville - Civil Works, P. O. Box 1600 , Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
DACW87-03-Q-0001
 
Archive Date
1/13/2003
 
Point of Contact
Rose C. Barton, 256 895-1117
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville - Civil Works
(Rose.C.Barton@HND01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA U ? Potential Sources Sought for Diving Inspection, Diving Refresher, and Working Diver Training Courses. The U. S. Army Engineering and Support Center, Huntsville is seeking potential contractors or sources for an impending procurement related to the ins truction of courses titled: Working Diver ? scheduled 2-26 September 2003, 152 hours of instruction, this is a course that provides Corps of Engineers employees who are assigned as divers, diver supervisors, and or agency diving coordinators with the necessary skills, knowledge, and ability to safely perform their assigned underwater tasks. This training will provide students with state of the art technology and methodology to safely perform underwater diving operations and effectively manage diving contingencies. Students will beco me familiar with and perform underwater exercises with state of the art diving systems including self-contained underwater breathing apparatus (SCUBA) and Surface Air Supplied (SAS) equipment. Diving Refresher ? scheduled 11-20 March 2003, 64 hours of instruction, this is a course that provides Corps divers and diving supervisors with the latest technical and managerial data as it relates to underwater diving. This course is for those persons w orking with underwater diving programs. Diving Safety Inspector ? scheduled 2-6 December 2003, 40 hours of instruction, this is a course that provides Corps of Engineers employees who have quality assurance, safety, and/or oversight responsibilities for diving contractor activities and/or operat ions. This training provides the necessary skills, knowledge, and ability to safely and successfully perform inspections and oversight of diving contractor operations. This is not a formal solicitation. Contractors who can provide the US Army Engineering and Support Center with the services and training outlined below are invited to submit in writing an affirmative response that includes, at a minimum, the proposed cred entials and qualifications, Schedules of Instruction, Instructor Lesson Plans, and Student Course Material plus any applicable pricing data and any additional information indicating a bona fide ability to meet this specific requirement. Previous source or incumbent for the course was Florida Keys Community College. The course of instruction is planned for one base year and four years to be exercised at the Government?s option. Interested sources must be able to provide all services, personnel, course material, audio visual aids, training aids, and specialized equipment necessary to administer and present the courses of instruction for all sessions to include the following: (1) A dive training facility with classroom space with a minimum capacity of 40 students and two additional breakout meeting rooms; (2) a heated pool at least 8 feet deep, capable of supporting at least 30 SCUBA divers and at least four surface-air-supplied di ver training stations; (3) an environmentally-controlled dive locker capable of storing and rapidly distributing diving and support equipment for up to 30 SCUBA divers and four SAS dive stations; (4) a sheltered open water training area at least 35 ft (2 A TM) deep, capable of supporting at least 30 working SCUBA divers and six SAS dive stations and with access via at least four docks with gangways; (5) at least one double lock hyper baric chamber capable of simultaneously compressing at least eight divers t o an equivalent depth of at least 132 feet; (6) a breathing air supply system, including both high and low pressure compressors, capable of filling at least 40 empty 80 cubic foot SCUBA tanks in one hour or less and supporting at least six simultaneous SAS diving operations to a depth of 40 ft ? this system shall be capable of supplying breathing air to at least six dive stations at the open water training area and four stations at the training pool; (7) student lockers and showers; (8) the facilities and o ffices shall be located within reasonable di stance of each other to enhance student/staff transition from one training mode to another; (9) all equipment, mockups, models, displays, and supplies to support all phases of instruction; (10) diving safety equipment to include oxygen kits; physician appr oved first-aid kit; fire extinguisher; backboard and Stokes litter; ground fault circuit interrupter 110v; emergency communications; diving flags; accident management plan; American Red Cross First Aid Manual; personal flotation devices; activity hazard an alysis; (11) all scuba equipment to include state of the art buoyancy compensators equipped with auto inflator; regulators equipped with pressure gauges and auto inflator hoses and octopus second stage; tethered systems including full-face masks, tether li nes with integrated hard wire communication and 30 cubic foot pony bottles with side block assemblies; auxiliary equipment to include depth gauges, compasses, underwater lights, lift bags, wet and dry suits and all required underwater tools; masks, fins, a nd snorkels; (12) sufficient Surface Air Supplied (SAS) equipment to operate four diving stations simultaneously; state of the art masks and hats for working divers; SAS equipment shall include diver carried bail-out capability; hardwire underwater TV with surface monitors; (13) special exercises include one open water dive to a depth of 60 feet, weather permitting, or a simulated deep dive using SAS in sheltered open water training area in case of rough seas; recompression chamber experience to an equivale nt depth of 132 feet of seawater; demonstration of an actual recompression chamber operations with a simulated diving accident victim; simulated ambulance and helicopter evacuation of simulated diving accident victims; (14) Special course location conditio ns include water temperature in range of 60-85 degrees F.; ambient air temperature above 60 degrees; training site must be within one-quarter hour of available hotel motel accommodations; site must be within ten minutes of a hospital emergency room by ambu lance; a medical doctor qualified as a Diving Medical Officer must be on call during every course and on site for chamber and deep diving operations. The contractor shall provide a minimum of four instructors. Instructors must be qualified by education and experience in one or more aspects of SCUBA and SAS diving, accident management, diving supervision, and diving medicine. As a team, they must be qu alified to cover all technical areas. Each instructor shall have instructed at least 100 hours per year for at least three of the past five years in a recognized and organized course of instruction in SCUBA and or SAS diving, to include education and experience in accident management, diving s upervision, and diving medicine. Total experience of all instructors shall encompass all areas of experience requirements. Each instructor shall have a minimum of ten years experience in work diving safety. The contractor shall be able to perform administrative and classroom management requirements as follow: (1) based on the Topics and Learning Objectives, provide Schedule of Instruction, Instructor Lesson Plans, and Student Course Manual; (2) compile and a dminister pre and post tests; (3) provide students with a copy of DAN Oxygen First Aid in Dive Accidents and US Navy Diving Manual; (4) administer student registration; (5) administer classroom management; (6) administer end of course evaluation; (7) admin ister end of course letter of completion and the Corps of Engineers Certificate of Completion. Government furnished materials include registration forms, end of course evaluation, Safety and Health Requirements Manual, desk name cards, Divers Log, 3-ring binders for Student?s Training Course Manual, test answer forms, Certificate of Completion plus wallet sized Certification card, and Government personnel to instruct the US Army Corps of Engineers Safety Regulations and Contractor Operations segments of th e course . Course topics and Student?s Learning Objectives for the Working Diver course include: SCUBA Equipment Use and Care; Basic Skin Diving Skills; Basic Scuba Skills; Working Diver?s Environment; Psychology of Diving ? Stress; Untethered SCUBA Self-Rescue and Air Sharing; Accident Prevention and Potential Victim Detection; Untethered SCUBA Rescue Techniques; Diving Physics and Gas Laws; Protective Suits; Tethered SCUBA Procedures; Diving and CPR Physiology; Direct Effects of Pressure; Gas Toxicity and Indirect Effects of Pressure; Decompression Sickness; Thermal Stress; Work Dive Management and Documentation; US Navy Dive Tables; Diving Accident Management; Hyper baric Chamber Operations; Rigging and Lifting Techniques; Underwater Inspection; Deep Dive Operation s; Introduction to SAS Diving Equipment; SAS Operations Planning; Introduction to SAS Diving Techniques; SAS Diving Safety; SAS Rescue Techniques and Emergency Procedures; Underwater Tools; SAS Compressor Requirements; US Army Corps of Engineers Safety Reg ulations, and Contractor Operations. Course Topics and Student?s Learning Objectives for the Diving Refresher course include: Untethered SCUBA Skills Review; Review of Protective Suits; Review of Tethered SCUBA Procedures; Diving Emergency Medicine Review; Review and Update of Working Diver? s Environment; Review and Update on SAS Diving Equipment; Review of SAS Operations Planning Considerations; Diving Accident Management Review; Review of US Navy Dive Tables and Deep Dive Planning; Review of SAS Diving Techniques; SAS Diving Safety Review; Review of SAS Emergency Procedures; Review and Update of US Army Corps of Engineers Safety Regulations; Review and Update of Contractor Operations; Review of Rigging and Lifting Safety; Review and Update on Underwater Tools; Planning Workshops and Open Wat er SAS Procedures; Orientation for Hyper baric Chamber Experience. Course Topics and Student?s Learning Objectives for the Diving Safety Inspector course include: Diving Physics and Gas Laws; Diving and CPR Physiology; Direct Effects of Pressure; Decompression Sickness; Gas Toxicity and Indirect Effects of Pressure; Ther mal Stress; US Navy Dive Tables; Working Diver?s Environment; SCUBA Equipment Use; Tethered SCUBA Procedures; Introduction to SAS Diving Equipment; SAS Operations; Dive Planning; Diving Accident Management; U.S. Army Corps of Engineers Safety Regulations; Contractor Operations; Safety Inspection of Dive Plans; and Safety Inspection of Dive Stations and Operations. All responsible sources may respond to this Sources Sought Synopsis and all such responses will be considered by the agency. The North American Industry Classification System (NAICS) is 61143. The solicitation will be available to all interested parties for viewing and downloading/obtaining from the Internet website at: http://www.hnd.usace.army.mil/EBS/ASP/Advertised Solicitations.asp The following information should be included with the response to this Sources Sought Announcement: Duns Number, Tax Identification Number, and Cage Code. All interested sources must be registered in the Central Contractor Registration (CCR) before they can be considered as potential sources for the courses. For this sources sought announcement it is not necessary to submit any additional company information, resumes, sales materials or brochures. Mail submittals to include point of contact or send via overnight courier to U.S. Army Engineering and Support Cen ter, Huntsville, 4820 University Square, Huntsville, Alabama 35816-1822, Attn: Cehnc-Ct-P, Mrs. Phyllis Pond, Contracting Officer or Rose C. Barton, Contract Specialist. You may also provide your submittal via e-mail, in word format, to the following addre ss: Phyllis.A.Pond@hnd01.usace.army.mil or Rose.C.Barton@hnd01.usace.army.mil Submittals are due no later than 14 November 2002 by 2 P.M. Central Standard Time. This is not a Request for Proposal. If no sources express an interested by Nove mber 14, 2002, or if the sources that express an interest are determined by the Government to be unable to meet the requirements of this announcement, then a sole source award will be made within 14 days
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville - Civil Works P. O. Box 1600 , Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00194998-W 20021030/021028213449 (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.