Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
MODIFICATION

U -- Respiratory Protection Program Management Instructional Services

Notice Date
8/11/2003
 
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-0034
 
Response Due
8/30/2003
 
Archive Date
9/14/2003
 
Point of Contact
Heather Shaw, Contract Specialist, Phone 757-443-1409, Fax 757-443-1424,
 
E-Mail Address
heather.shaw@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Government intends to negotiate an Indefinite Delivery/Requirements type contract with firm fixed prices to provide training services for Respiratory Protection Program Management instructional services (Specialized Technical Expertise Required) for the Naval Occupational Safety and Health and Environmental Training Center personnel with the knowledge and skills to enhance the Navy's ability to effectively establish, maintain and monitor respiratory protection programs within their commands/activities. The course is designed for full-time occupational safety and health (OSH) specialists, OSH technicians, industrial hygenists (IH?s), IH technicians, safety engineers and active duty IH Officers. 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), twelve-the option periods. Training services shall be performed in both the Continental United States (CONUS) as well as outside the Continental United States (OCONUS). The offer is a 100% Small Business Set-Aside. The NAICS Code is 611699. The SIC Code is 8299. PHASE I: Part I 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. Provide resumes for the two primary instructor and one resume for an alternate instructor, which will be used as a contingency replacement if necessary. Instructor(s) must have a four (4) year baccalaureate degree in any of the following: chemistry, industrial hygiene, environmental engineering, OSH and/or any related technical fields, 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 o the three years of instructional experience, at least one (1) year of aforementioned experience must be in teaching Naval personnel, OR Instructor (s) must have at least three (3) years of active duty in the Navy with an honorable discharge AND one of the instructors must be a Certified Industrial Hygienist (CIH). Part II Past Performance (a) 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 the solicitation. Detailed specifications and requirements will be specified in the solicitation. 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 - Written Material and Oral Presentations. PHASE II: 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 www2.eps.gov (FEDBIZOPS). This office no longer issues 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. Continue to monitor the above websites for notification of solicitation release. Anticipated release date 15 AUG 03.
 
Place of Performance
Address: VARIOUS LOCATION
 
Record
SN00397839-W 20030813/030811213950 (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.