Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

69 -- NDT Computer Based Training Certification

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA Procurement Center (DCMAC-W), ATTN DCMAC-W 6350 Walker Lane Suite 300, Alexandria, VA, 22310-3241
 
ZIP Code
22310-3241
 
Solicitation Number
S5105A-04-Q-0028
 
Response Due
1/15/2004
 
Archive Date
1/30/2004
 
Point of Contact
Michelle Rainey, Staff Acquisition Officer, Phone 703 428-1488, Fax 703 428-3579,
 
E-Mail Address
michelle.rainey@dcma.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION for S5105-04-Q-0028 Computer Based Training (CBT) for Non-Destructive Testing (NDT) Certification I. This is a combined synopsis/solicitation for commercial services prepared in accordance with the requirements of FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only bid document that will be issued. II. This solicitation, S5105A-04-Q-0028, is being issued as a Request for Quotation (RFQ). A fixed-price, bilateral Purchase Order or Delivery Order is the anticipated award. III. The solicitation document and incorporated provision/clauses are those in effect through FAR FAC # 2001-18. IV. This solicitation is a small business set-aside IAW FAR 6.203 and FAR 19.502-2. All eligible sources may submit a proposal which will be considered. The applicable NAICS is 541611 and the small business size standard is $21 million. V. Statement of Work for NDT CBT Certification (14 Nov 03) a. Background: The Defense Contract Management Agency (DCMA) performs contract management services for the Department of Defense and other Federal Agencies. One of the critical contract management functions involves providing Government Contract Quality Assurance activities outlined in the Federal Acquisition Regulation (FAR) Part 42 Contract Administration and Part 46 Quality Assurance. Many of the activities outlined in the FAR require Government over-sight of the contractually performed inspections and tests. One of the critical types of inspections and tests involve Nondestructive Testing (NDT). Past practice was to certify and re-certify by examination, which was labor intensive and very expensive. It is proposed that in the future Computer Based Training (CBT) be used to assist in NDT skills maintenance and to serve as a basis for demonstrating currency of skills (Certification Maintenance). A commercially available CBT has been identified that incorporates many of the competencies that are necessary for DCMA?s personnel, but additional modules and tests need to be developed to tailor the product for our purposes. b. Description: Technical and programming services are needed to develop additional modules to augment a commercial Computer Based Training application that will be used to support Nondestructive Testing certification maintenance for NDT Specialists (Level II). Contractor will provide this CBT service on CDs (Compact Disks) and the final delivery will be two sets of CDs (one Master and one certified copy) from which DCMA will be able to make user copies (if necessary), and 85 re-usable training CDs that cannot be copied by users. The software must work in the DCMA Microsoft Windows environment and must be compatible with Adobe Acrobat. c. Place of performance: Contractor?s facility. d. Date of Delivery: The expected date of delivery is no longer than six (6) months from date of award. Offerors should provide a delivery schedule that meets or exceeds the expected date of delivery. e. No contractor travel. There will be a post-award meeting with representatives from DCMA at the contractor?s facility. Date TBD. f. Anticipated Contract Line Items are below: CLIN 0001 One (1) master CD set for CBT NDT certification. Specific details of this deliverable are discussed in paragraphs g and h. CLIN 0002 One (1) certified copy CD set for CBT NDT certification. This certified copy should allow DCMA to make user copies, if necessary. Other specific details of this deliverable are discussed in paragraphs g and h. CLIN 0003 Eighty-five (85) reusable training CD sets that can not be copied. Specific details of this deliverable are discussed in paragraphs g and h. CLIN 0004 Progress Reports every two months. This CLIN will not be separately priced. One payment will be made when all CLINs have been delivered. g. Needs/Deliverable: 1) Progress reports at intervals not to exceed two month on product development reflecting milestone accomplishment for each deliverable with drafts. These reports will not be separately priced under this purchase and or delivery order. Any cost should be prorated under CLINS 0001 through 0003 prices. 2) A statement in the CBT introduction prior to the training portion that indicates the practices demonstrated in the CBT are acceptable in many industries, but some of the practices may not be acceptable based on specific contractual requirements. DCMA?s technical personnel must review the contractual and technical requirements to determine the specific contractual requirements and allowable practices. 3) Material must cover both Types and all Methods of Liquid Penetrant techniques commonly used by all of the military services, including water washable fluorescent, fluorescent post emulsified lipophilic, fluorescent post emulsified hydrophilic (including high sensitivity penetrants and scrubber type emulsifiers), fluorescent solvent removed, and visible dye solvent removed (showing high temperature inspection of weldments, etc.). Other areas that must be covered are all developer forms (dry powder, water suspendable, water soluble, and non-aqueous for both Type I and Type II materials), removal and removers, pre and post cleaning methods, complete processing parameters (concentrations, application methods, dwell times, drying times, temperatures, controls, calibrations, necessary equipment (and how to use it), lighting requirements), accept/reject criteria, inspections, evaluations, procedures, surface treatments & coatings, surface preparations, health hazards, new vs. used materials, and materials/practice limitations. Quality control provisions are to be covered, examples are: system performance, system checks, brightness and visibility, penetrant removability & sensitivity, emulsifier removability, equipment & material checks (ovens, meters, black & white lights, water temperatures & pressures, penetrant material & developer contaminations, etc.), known defect standards, and markings & symbols identifying penetrant inspection. Material will cover True, False and Non-Relevant Indications. This information is to be provided in videos, pictures, text and audio format on the CDs. 4) A specific test question bank based on a pool of questions provided by DCMA that is capable of randomly generating 30 question tests. The questions within the bank must be consistent with the guidelines of SNT-TC-1A. Data bank test questions will be password protected per user and will have an automatic grading feature. Program will automatically print out a certification stating that student has successfully completed that portion of the testing (or save a non-modifiable file for printing later). 5) A general test question bank based on a general test pool of questions provided by DCMA that is capable of randomly generating 40 question tests. The question bank must be consistent with the guidelines of SNT-TC-1A. Data bank test questions will be password protected per user and will have an automatic grading feature. Program will automatically print out a certification stating that student has successfully completed that portion of the testing (or save a non-modifiable file for printing later). 6) A practical examination bank that will consist of videotaped scenarios of penetrant inspections and system evaluations covering material required in 0003. The examination bank will contain at least 4 different scenarios each of the Types and Methods listed in 0003 - water washable fluorescent, fluorescent post emulsified lipophilic, fluorescent post emulsified hydrophilic (including high sensitivity penetrants and scrubbers), fluorescent solvent removed, and visible dye solvent removed and various developer forms (dry powder, water suspendable, water soluble, and non-aqueous for both Type I and Type II materials). The scenarios should show operating, method & equipment problems, and processing errors which the students will have to identify. Part of the practical exam will also cover defect identification of digitized pictures of defects found by liquid penetrant (examples are: cracks in welds, forgings and castings, seams, laps, delaminations, cold shuts, porosity of both welds and castings, grinding cracks, fatigue, stress corrosion, and etc). DCMA?s NDT technical authority will provide assistance in development of the practical examination, and the weighting of the examination questions will be dictated by DCMA. Practical test questions will be password protected per user and will have an automatic grading feature. Program will automatically print out a certification stating that student has successfully completed that portion of the testing (or save a non-modifiable file for printing later). 7) Add a CBT module that incorporates DCMA?s guidance on NDT as key processes, risk rating, supporting risk rational, and the use of appropriate risk handling tools. This module will be suggestions of the likely activities used to proof the PT process, what typical activities would be accomplished when performing product audits, potential process measurement points, and suggestions on how to approach data collection and analysis for the PT process. DCMA will write the content of this module. 8) A databank containing PDF files of Military/Government Specifications, Standards and Technical Publications on the subject of NDT. DCMA will provide files. 9) Material should also include information on current industry manufacturing processes, production methods and types of discontinuities that may be expected (digitized video clips, audio, pictures, and diagrams of metal production & mills; casting, welding, metal forming, forging, etc). Module should go into detail (show actual defect types) of Inherent Material Discontinuities (Wrought and Cast), Processing Discontinuities, and Service Discontinuities. 10) Correct errors and incorporate changes in the contractor?s current database at DCMA?s direction. h. Government Furnished Materials: DCMA will provide data, electronic files, and information which are the property of the Government. At completion of the contract, all materials provided are to be returned to DCMA, and the contractor shall not use electronic materials or any other materials provided by DCMA outside this effort. The contractor shall not duplicate, copy, or otherwise reproduce any furnished materials for any purposes other than those necessary to perform the contract. The contract award is expected to have a tailored clause to allow the contractor to sell the DCMA copy, at the same price as a commercial product without the DCMA materials, to other government agencies. i. Contractor Supplied Documentation and Software: The contractor shall ensure that all deliverables are prepared in a clear and concise manner, properly formatted, spell checked, grammatically and technically correct. The materials required by task 0001 shall be reviewed by DCMA and comments will be provided within 10 working days after submission. All contractor-produced information shall be inspected for conformance to task requirements, content, completeness, and accuracy. VI. FAR Clause 52.212.1 (Oct 2000), "Instructions to Offerors-Commercial Items" applies to this acquisition. VII. FAR Clause 52.212.2 (June 1999) "Evaluation-Commercial Items" applies to this acquisition. Quotations will be evaluated based on a Best Value Determination considering price and other factors. All other factors when combined are more important than price. Offers will be evaluated through technical review based on the following evaluation criteria: a. Fixed Prices for CLINS 0001, 0002, and 0003. CLIN 0004 should not be separately priced. b. Plan of Action and Milestones for meeting the requirements and needs within the expected period of performance of 6 months or less. See paragraph above titled Date of Delivery. c. The program must not automatically download to the operating desktop. d. Sample of streaming video for quality assessment; no more than 5 minutes. d. Sample from the program that randomly selects database test questions and generates tests. e. Past performance to include CBT for NDT. Provide no more than 3 references and/or samples. VIII. Offerors must include a completed copy of FAR provision 52.212.3 (July 2002, "Offeror Representations and Certifications-Commercial Items", and DFARS 252.212-7000 (Nov 1995) "Offeror Representations and Certifications-Commercial Items", with this offer. IX. FAR Clause 52.212-4 (Feb 2002), "Contract Terms and Conditions-Commercial Items" applies to this acquisition. X. FAR Clause 52.212-5 (May 2001), paragraphs (a), (b) (24) and (29), (d), and (e), "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items" and DFARS Clause 252.212-7001 (Dec 2002), "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items" apply to this acquisition. FAR Clause 52.204-6 (June 1999), "Data Universal Numbering System (DUNS) Number" is hereby incorporated by reference. XI. DPAS rating is N/A. XII. Quotes are due January 15, 2004 no later than 4:00 p.m. (EST) at DCMA, Suite 330, 6350 Walker Lane, Alexandria, VA 22310. XIII. For information regarding this acquisition contact the following: Michelle Rainey (available 4 ? 15 Jan 04) Voice (703) 428-1546 Fax (703) 428.3579 Email michelle.rainey@dcma.mil Paula George (available 22-24 Dec 03, 29-30 Dec 03, and 2 Jan 04) Voice (703) 428-0950 Email paula.george@dcma.mil XIV. Offerors should familiarize themselves with the regulations concerning Commercial Items acquisition contained in FAR Part 12 and must ensure that all Representations and Certifications are executed and returned as called for in this Combined Synopsis/Solicitation.
 
Place of Performance
Address: Vendor facility.
 
Record
SN00492788-W 20031221/031219211614 (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.