Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2004 FBO #1060
SOURCES SOUGHT

U -- Mentoring services in support of the Chemical Materials Agency (CMA) located at CMA Headquarters, APG, and at field office sites at ABCDF, ANCDF, NECDF, PBCDF, TOCDF, and UMCDF.

Notice Date
10/19/2004
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSOS-CCA, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-05-R-0005
 
Response Due
11/3/2004
 
Archive Date
1/2/2005
 
Small Business Set-Aside
N/A
 
Description
Description: THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. Market research is being conducted to determine interest and capability of potential sources of this requirement. The HQ Chemical Materials Agency has requirements to provide mentoring servi ces in accordance with the SOW. The North American Industry Classification System (NAICS) Code is 611710 (Size Standard: $6 million). The Government contemplates awarding of an indefinite-delivery, indefinite-quantity with Firm Fixed Price and/or Cost Pl us Fixed Fee type contract for one year with 4 one-year options. SCOPE OF WORK (SOW) 1.0 SCOPE: The contractor shall provide all necessary personnel, equipment, materials, and mentoring services in support of the Chemical Materials Agency (CMA) located at CMA Headquarters, APG, and at field office sites at Aberdeen Chemical Agent Disposal Facility (ABCDF), Anniston Chemical Agent Disposal Facility (ANCDF), Newport Chemical Agent Disposal Facility (NECDF), Pine Bluff Chemical Agent Disposal Facility (PBCDF), Tooele Chemical Agent Disposal Facility (TOCDF), and Umatilla Chemical Agent Dispos al Facility (UMCDF), in accordance with the terms, conditions, and Statement of Work (SOW) contained herein. 1.1 BACKGROUND: The system contractors, who are responsible for the destruction of the chemical stockpile at sites in the United States, must assure maximum safety for their workers and the public. These contractors are expected to continuously impleme nt site safety improvement programs. The CMA wants to initiate an aggressive program to coach and train headquarters and field office oversight personnel to provide more effective oversight of all site contractors. 1.2 OBJECTIVE: To deploy high-level subject matter experts (SMEs) to coach and train industrial plant operations best practices, as they relate to chemical agent disposal activities, at each of the seven locations. The primary emphasis of this program is for the contractor to have an immediate impact on plant oversight operations. Through a process of relationship building and coaching, it is expected that mutual confidence and trust will be established between key parties, to optimize transfer of wisd om, knowledge and operational savvy with regard to contractor oversight expertise. This program addresses oversight personnel supporting baseline and alternative chemical agent disposal technologies. Additional activities that may complement the coaching/ training include: 1. Conduct training needs analysis for oversight activities of personnel at each site 2. Develop remedial training programs activities of personnel at each site 3. Conduct training needs analyses of key oversight personnel 4. Develop remedial training plans for key oversight personnel 5. Coach key oversight personnel through successful completion of training plans 6. Establish a maintenance program for best practices to ensure continuity of oversight skills development 2.0 REQUIREMENTS 2.1 The contractor shall, as an independent contractor, and not an agent of the Government, provide the necessary resources, except those specifically designated as Government Furnished, to meet the specific program objectives defined above, by providin g the following: 2.2 Technical Management. 2.2.1 To support the oversight skills development program, the contractor shall review the job competencies and assess the training needs for the individuals identified in the table in section 2.5, at each of the designated sites. Additionally, oversight personnel at CMA Headquarters will participate in the program. These participants will be identified by name, after contract award. The contractor shall identify the approach and standards that will be employed to develop the review and assessment tools. 2.2.2 The contractor shall examine existing CMA Headquarters and Field Office policies and procedures, the systems contractors' plans and procedures, and any other applicab le documents, to include education and training programs, to determine the status of management practices. This approach should establish a big-picture perspective, concurrently with that of individual site perspectives. 2.2.3 The contractor shall deliver a draft technical report for each site awarded, documenting the results of its assessment, and recommending specific oversight skills development programs for key oversight individuals at CMA Headquarters and at each site . The report for each site shall be due within 10 days after completing the review of that site. The report shall: 2.2.3.1 Compile a list of government management practices and procedures that affect the government's oversight role based on existing documentation. The contractor shall compare the specific government practices and procedures to industry standards. 2.2.3.2 Perform an assessment of the education and experience of each of the site oversight personnel, as compared to industry standards. The contractor shall identify sources for industry standards that will be used to perform this comparative analysis . 2.2.3.3 Identify detailed oversight skills development recommendations for each key oversight person. 2.2.4 As a minimum, the oversight skills development plans for field office and headquarters personnel shall include coaching and on-the-job-training, and may include, instructor led, self-paced, or other training activities as appropriate. The following elements shall be addressed: 2.2.4.1 Personnel oversight job skills, including observation techniques, key indicator check lists, oral/written communication, audit and inspection techniques, with work examples based on best practices. 2.2.4.2 Philosophy and principles of chemical demilitarization operations as performed by the systems contractors and oversight personnel. Include the contractors' perception/understanding of these operations, as they exist. 2.2.4.3 Management processes of applicable systems contractors. 2.2.4.4 Applicable facility operations and technical knowledge. 2.2.4.5 Elements of the Safety Improvement Program. 2.2.4.6 Government management processes and procedures. 2.3 Briefings: For each site, the contractor shall provide periodic and final briefings of its findings to the Site Project Manager (SPM) and appropriate government staff. Additionally, as they are identified, significant lessons-learned shall be share d in real time with all government oversight personnel. 2.4 Oversight Skills Development Program. After receipt of approval of the oversight skills development programs, the contractor may prepare and execute them. 2.5 Government Oversight Positions. The following oversight positions are provided for proposal purposes and are not to be considered as all-inclusive, during the actual performance of the contract work. 2.5.1 SPM - one for each site (ABCDF, ANCDF, NECDF, PBCDF, TOCDF, UMCDF). 2.5.2 Asst. SPM - two for each site. 2.5.3 Government Facility Repetitive - 1 for each site. 2.5.4 Shift Engineer - 4 for each site. 2.5.5 Quality Assurance Specialist (Ammunition Surveillance) - 4 for TOCDF and 1 for the rest of the sites. 2.5.6 Safety Specialist (SAIC mission support contractor employee) - 1 for each site, except UMCDF zero. 2.5.7 QA Specialist (SAIC mission support contractor employee) - 1 for each site. 2.5.8 Environmental Specialist (SAIC mission support contractor employee) - 1 for each site.
 
Place of Performance
Address: SEE SOW HQ CMA Edgewood MD
Zip Code: 21010-5424
Country: US
 
Record
SN00696016-W 20041021/041019211931 (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.