Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOURCES SOUGHT

U -- EMERGENCY OPERATIONS TRAINING AND SUPPORT

Notice Date
6/13/2005
 
Notice Type
Sources Sought
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RP52-05NA26901
 
Response Due
7/1/2005
 
Description
EOTA and DHS Sources Sought Synopsis The Department of Energy (DOE), National Nuclear Security Administration (NNSA), Office of Nuclear Emergency Operations (NA-40) and the Department of Homeland Security (DHS), Office for Domestic Preparedness (ODP) are contemplating an award(s) for emergency operations training and support. This announcement is for information and planning purposes only, to include ascertaining the potential for small business participation. This procurement is a follow-on action to both the current NNSA Emergency Operations Training Academy (EOTA) effort and the emergency response training provided to DHS by the NNSA???s Nevada Test Site (NTS). NA-40 is responsible for coordinating NNSA???s emergency management and response capabilities with other federal government agencies including the Federal Emergency Management Agency (FEMA), DOE and NNSA Site Offices, and state and local emergency response organizations charged with managing and responding to natural disasters and nuclear, biological and chemical emergencies. A major part of this responsibility is to assure that all NNSA personnel assigned to these duties possess the requisite training and professional competencies necessary to perform the full range of duties required. To fulfill these requirements, the NA-40 directs and funds NNSA???s Emergency Operations Training Academy (EOTA). The mission of the EOTA is to implement policy through a comprehensive training and professional development program geared to providing NNSA Headquarters, Service Center and Site Office personnel basic and enhanced professional skills, knowledge and abilities (KSA???s) consistent with high quality and effective nation-wide job performance. EOTA performs this mission by operating a centralized training center located in Albuquerque, New Mexico and coordinating and certifying related emergency operations/management training developed and delivered at other NNSA Site Offices located throughout the country. The mission of the Emergency Operations Training Academy also is to ensure the effective and efficient training of emergency operations personnel throughout DOE who are or may become involved in the planning, preparedness, and response of vital national resources. The Academy will provide oversight for all emergency operations training at all DOE/NNSA facilities for NA-40. Where appropriate, the Academy implements training programs to enhance the quality and depth of emergency management and response throughout DOE/NNSA. In light of the proposed strategic intent and vision, this mission statement will eventually be revised to become broader in its application. The Emergency Operations Training Academy will be recognized as the model technical training provider for DOE emergency operations personnel, while expanding its customer base to include other designated government and private-sector national and international organizations that require professional training, education, and vocational services. In this expanded role, the Academy will be a vital training and service asset for DOE and the nation. Currently, the NTS supports DHS/ODP by providing weapons of mass destruction (WMD) responder training. DHS has requested NNSA to include their forecasted training requirements on this potential acquisition. EOTA has scoped their requirement by providing the estimated full-time equivalents by task. Contrastingly, ODP has scoped their requirement by detailing the number of classes, by course, and the requirements of each class. Copies of the EOTA and ODP draft Statements of Work, upon which the forecasted work and this sources sought synopsis is based, can be found on this website under the identification number DE-RP52-05NA26901. Contractor personnel assigned to this effort shall have a completed National Agency Check (NAC), or have submitted for a NAC in order to use Government information systems and/or to access certain NNSA/ODP unclassified information. Access to classified information requires either a final or interim clearance at the appropriate level. Potential offerors shall submit statements of capabilities (SOCs) to this office. Each SOC shall specifically address each SOW task for both the EOTA and ODP efforts. Additionally, the SOC package shall contain pertinent and specific information addressing the following areas: 1) Experience: an outline of previous efforts, specific work previously performed and any in-house effort, relevant to the specific task areas of this effort; including a proposed organizational conflict of interest mitigation plan (not included in the page limitation), if required; and 2) Personnel: the names, professional qualifications and specific experience of personnel who will be assigned to work in the areas of interest. Please note that the Government requires instructors and technical assistance personnel that are considered experts in the course topics assigned; Instructors and technical assistance personnel that have emergency management experience with weapons of mass destruction (WMD), nuclear facilities, and weapons laboratories; Personnel experienced and qualified in Training Systems Development methodology and curriculum development and demonstrated successful past performance/experience; and Contractors experienced with computer based training, satellite linkage, video-teleconferencing (VTC) and classroom delivery media and their applications in training. The SOCs are due within 3 weeks from the synopsis date. There is a 25 page SOC page limitation. SOCs shall be sufficiently detailed yet concise. All replies to this synopsis must reference this sources sought synopsis identification number DE-RP52-05NA26901. Email SOCs and any comments/questions to the Contracting Officer, Teresa Martinez, at tmartinez@doeal.gov. The contract(s) is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ), cost plus award fee, five-year task order contract with an effective date of 1 Jan 2006. In accordance with the NNSA mandate, this acquisition is reserved for small business: thus, maximum small business participation is desired including small business contractor teaming arrangements. Firms responding should indicate if they are a large, small, an 8(a), a HUBZone small business, a veteran owned small business, a service disabled veteran small business, a historically black college or university, a woman-owned business, or a minority institution. For this proposed acquisition, and using the small business size standard for NAICS code 541611, the size standard of $6,000,000 applies. In addition to the information requested as part of the SOCs, NNSA requests frank and constructive industry input into the acquisition strategy for this effort (not part of the SOC page limitation). Please address whether the scope of the program effort lends itself to multiple awards or a single award, if industry recommends allowing offerors to propose on parts of the program (e.g., only EOTA requirement or only ODP requirement) or on a all or none basis, if contractor teaming arrangement would help facilitate small business participation, or any other acquisition related concern. This announcement is for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. An Ombudsman has been appointed to hear the concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer (Teresa Martinez, 505.845.4127) to request information, pose a question, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact Mr. Bruce Grunsten at 505.845.6252. For contracting issues, please contact Mr. Martin Baca at 505.845.4257.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/FAEEBF8FE608B1E58525701C00749E84?OpenDocument)
 
Record
SN00828559-W 20050615/050613211632 (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.