Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
MODIFICATION

U -- Electrical Standards Course

Notice Date
4/15/2003
 
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
N00189-03-R-0018
 
Response Due
5/5/2003
 
Archive Date
5/20/2003
 
Point of Contact
Cheryl Bernhard, Contract Specialist Intern, Phone 757-443-1447, Fax 757-443-1424, - Jim Hudgens, Director, Acquisition Support Div., Phone 757-443-1342, Fax 757-443-1327,
 
E-Mail Address
cheryl.bernhard@navy.mil, jim.hudgens@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 ? This modification hereby replaces the original synopsis in its entirety and issues solicitation, N00189-03-R-0018. The North American Industry Classification System (NAICS) code is hereby changed from 61143 to 611519. The closing date for submission of proposals is hereby changed from 3:00 pm to 4:00 p.m. (Eastern Standard Time) on 5 May 2003. The solicitation may be viewed only by downloading the documents at the Federal Business Opportunities Website at http://www.fedbizopps.gov or 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 Electrical Standards Course, as required by the Naval Occupational Safety and Health, and Environmental Training Center, Norfolk, VA. The resulting contract will be from 1 October 2003 to 30 September 2004 with four one-year option periods. This is a 100% Small Business set-aside. The North American Industry Classification System (NAICS) is 611519. 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 5 May 2003. Instructor(s) must have, as a minimum: (a) a four (4) year baccalaureate degree and at least four (4) years of experience in OSH, electrical engineering, or any combination thereof, OR a two (2) year associate degree and at least seven (7) years of experience in OSH, electrical engineering, or any combination thereof, OR a minimum of ten (10) years of experience in OSH, electrical engineering, or any combination, thereof AND (b) 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 (c) of the three (3) years of instructional experience, at least one (1) year of aforementioned experience must be in teaching Naval personnel, OR instructors must have at least three (3) years of active duty in the Navy with an honorable discharge. Offerors shall submit resumes on the provided resume form included in the RFP. Offerors shall describe their past performance on similar contracts held within the past three (3) years, which are of similar scope, magnitude, and complexity to that required by this solicitation, or affirmatively state that they possess no relevant, directly related, or similar past performance. Offerors who have held similar contracts of the contract to the requirements of this RFP shall provide the following information: (a)Contract Number(s); (b)name and telephone number of Contracting Officer?s representative (COR), or point of contact at the activity for which the contract was performed; (c) dollar value of the contract; (d) detailed description of the work performed; (e) number of subcontractors used if any, and a description of the extent of the work performed by them. The Government shall assess the risks associated with the offeror?s past performance and consider the number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken, and the effectiveness of the corrective action. If resumes are determined to be unacceptable by the technical evaluation committee, offerors will not be given the opportunity to correct the resumes. Only those offerors whose resumes are determined to be acceptable will continue to PART II ? Evaluation for Award. Part II consists of the technical proposal which will be an oral presentation; written material; and price proposal. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fedbizopps.gov or at http://www.neco.navy.mil. This office will no longer issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. All responses to this solicitation are due by 4:00 p.m. eastern time on 5 May 2003, and offerors shall send their responses to the Fleet and Industrial Supply Center (FISC), 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, Attn: Cheryl Bernhard, Code 203B4, Reference RFP N00189-03-R-0018.
 
Record
SN00304343-W 20030417/030415213803 (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.