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
SOLICITATION NOTICE

U -- Homeport Training for Navy personnel in Ingleside TX

Notice Date
2/21/2003
 
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, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-03-T-0023
 
Response Due
3/21/2003
 
Point of Contact
Karen Henderson, Contract Specialist, Phone 407-380-8781, Fax 407-380-4164, - Jerry Miller, Contract Specialist, Phone 407-380-8383, Fax 407-380-4164,
 
E-Mail Address
Karen.Henderson@navy.mil, Jerry.Miller@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 N61339-03-T-0023 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 01-09. This solicitation is not set-aside. The SIC Code for this solicitation is 611699 with a size standard of $5.0M. Chief Naval Education and Training (CNET), Training Assessment Division, has tasked the Naval Air Warfare Center Training systems Division (NAWCTSD) to provide local alternative training sources for various Navy courses to Navy and other military personnel in the Ingleside, TX, Fleet Concentration Area (FCA). This effort will be accomplished under the provisions of a Requirements Purchase Order (RPO) with qualified vendors/schools capable of providing the required instruction. The product to be purchased under this effort is a proficiently trained student, meeting the performance and course completion standards as determined by the Local Training Authority (LTA). The training provided by the Contractor will encompass the course scope and learning objectives identified in Attachment A of the Purchase Description, PD11E03021, dated 21 February 2003 for the following courses: A-840-0013 Shipboard Barber; K-652-0237 Outboard Motor Overhaul. These courses are subject to change, modification, and or deletion and replacement with similar courses. Government facilities will not be available for training under this contract, however vendor access to military or Government facilities may be required in the performance of the training. The Government will provide a Barber Kit for each student with accessories. A list of Government Furnished Equipment (GFE) for the barber course is listed at Attachment A of the PD. For all courses, the LTA will provide the vendor with the initial Government Furnished Information (GFI) consisting of the Standard Processes for Homeport Training and course curriculum including the lesson outlines, instructor guides, student guides, publications, student handouts, and course tests. The vendor shall provide the personnel, supervision, management, training equipment and systems (as required), materials, and instructional technology needed to conduct training of Navy personnel. Student throughput and the number of convening?s for each course is listed in the PD. Convening?s and class size are estimated and may vary from year to year. For Shipboard Barber, the vendor?s facilities shall be within a sixty-minutes drive from MWTC Ingleside, shall be of adequate size/space to conduct the training and shall have acceptable environmental conditions (heat/air) normally found in an academic setting, utilities, and support to ensure undistracted and productive training. The vendor shall provide training often on short notice sometimes with as little as two weeks notice. The Contractor instructors shall meet the minimum qualifications required by nationally acceptable industry or academic standards for certification as an instructor in their field of expertise. Additionally, vendor instructors shall undergo Navy core values and sexual harassment training; and instructors shall be certified in Cardiopulmonary Resuscitation (CPR). CPR Certification must be achieved within two months after award or as agreed upon between contractor and LTA. Written proposals shall not exceed 10 pages excluding past performance indications and certifications. Interested vendors should address the following ?Factors? in addition to those listed at FAR 52.212-1. a. Institution's Accreditation/Certification. Submit copies of the institution?s accreditation and/or industry certification and provide a description of your understanding of the course(s) you propose to teach and the skills and competency requirements to be attained through each course. b. Instructor Qualifications. Identify instructor qualifications and experience necessary to meet your institution?s requirements, the State?s and industry minimal requirements for instruction in the skills to be taught and how those instructors maintain their accreditation/certification. Indicate how you propose to maintain currency in the industry and with any Navy or industry changes to the government curriculum c. Institution?s Capability to provide training: Indicate whether you propose to use the Government curriculum or your institution?s curriculum. If proposing your institution?s course, identify how your curriculum meets the course learning objectives and your approach to obtaining Navy approval to use your course. Identify if you have instructor staff on hand or if you will obtain instructors, and time required to provide first class. Identify your understanding of the instructor competency requirements for each course. Identify your approach for having your instructors receive training in Navy Core values and sexual harassment. c. Vendor Facilities: Identify proposed facilities (size, environmental atmosphere) support, and equipment for conducting instruction of the course and that they are within 60 minutes or less drive during normal commuter traffic for Navy students in the Ingleside FCA. d. College/Industry Credit: Indicate if you will offer college credit, industry certification/credit, or other for the courses offered. e. Past Performance: Submit a list of previous/current contracts (within 2 years) with either Government or industry with a point of contact and phone number; if not other Government contracts, provide a short description of services provided to industry, and/or copies of awards received, articles depicting services provided, or any other indication of past performance. f. Price: (1) identify the instructional cost. Cost is to include all tuition, fees, labs, materials, and any associated cost. Identify course materials, kits, books, equipment, shipping and such separately from the tuition and lab fees. If using a breakeven point, show the cost per student above the breakeven point. (2) Identify your projected cost escalation over five years from year 2003 through 2008. Approximate page count for printing student materials is as follows: Shipboard Barber 75 pages; Outboard Motor Overhaul 75 pages. g. Provide your institution?s class cancellation policy. h. Indicate if your institution accepts credit cards for course payment. i. Provide complete institution name/address/point of contact/phone number. Attachments for this solicitation can be obtained through the NAVAIR Training Systems Division 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 will include (1) Purchase Description (2) Training Course Control Documents (TCCD). Award will be evaluated under FAR Part 12 and 13 and made in the form of a Requirements Purchase Order (RPO). The period of performance will be for (5) years. The Government reserves the right to award to multiple offerors in order to meet training needs. The Government intends to award without discussions but reserves the right to conduct discussions if deemed necessary. FAR/DFARS clauses can be located at the following site: http://www.arnet.gov/far. 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 capability and past performance when combined are slightly more important than price in determining the best value to the Government. Past performance is less important than technical. Technical factors are Institutions accreditation/certification; Instructors qualifications; Institution?s capability to provide training; facilities, college or industry credit, in descending order of importance. FAR 52.212-1, 52.212-4 (paragraph (i) applies, however, payment is by credit card. FAR 52.212-5 Class Deviation applies. DFARs 252.204-7004 required Central Contractor Registration, 252.209-7001, 252.212-7001 (a) and (b) applies, 252.243-7001. A completed copy of the following must be included with each quote: FAR 52.212.3: (b), (c)(1)(2)(3)(4)(5) (effort will not exceed simplified acquisition threshold), (d), (e) and (h) and DFARS 252.212-7000. The DPAS rating for this solicitation is N/A. Quotations may be faxed or emailed to NAVAIR Orlando, Attn: Karen Henderson, Code 25333, 12350 Research Parkway, Orlando FL 32826 at or before 1500 (3:00 PM), EST, 21 March 2003. Fax (407) 380-4164, or emailed to Karen.Henderson@navy.mil. Anticipated award date is O/A 7 April 2003. A pre-proposal conference is scheduled for 26 February 2003 at Ingleside, Mine Warfare Training Center, 330 Coral Sea Road, Building 208, Room 223 at 1000 hours. This will be an informal meeting to allow for questions and answers between the Government team members and the offeror(s). In order to facilitate access to the base, interested vendors should provide the LTA Ingleside (Bruce Krahenbuhl) with: Company name, name and social security numbers of attendees by 25 February 2003. Information can be faxed to (361) 776-5621, attn: Mr. Bruce Krahenbuhl. For further information please contact Mr. Bruce Krahenbuhl at (361) 776-5650 or email to Burce.Krahenbuhl@MWTC.Navy.mil. For information regarding this solicitation, contact Karen Henderson at (407) 381-8781, via email: Karen.Henderson@navy.mil, or Leigh Kellstrom at (407) 380-8036. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 15-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N61339/N61339-03-T-0023/listing.html)
 
Place of Performance
Address: Ingleside, TX
Zip Code: 78362-5000
Country: USA
 
Record
SN00304620-F 20030417/030415221951 (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.