Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOURCES SOUGHT

U -- HAZARDOUS MATERIALS CONTRACTOR

Notice Date
9/28/2005
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, P.O. Box 25082, Oklahoma City, OK, 73125
 
ZIP Code
73125
 
Solicitation Number
MS-06-00018
 
Response Due
10/4/2005
 
Archive Date
10/19/2005
 
Description
MARKET SURVEY HAZARDOUS MATERIALS CONTRACTOR #MS-06-00018 The U S Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center, Transportation Safety Institute (TSI), has a requirement for providing training support to industry and various Federal and State agencies in order for them to achieve the level of training required by Federal Law and necessary to promote the public safety and protection of the environment as related to the handling and transportation of dangerous goods (hazardous materials). Contractor to provide instruction for multiple Hazardous Materials courses during the performance period of October 1, 2005 through September 30, 2006 as needed. Course dates and locations will be agreed upon in advance and coordinated through the Contracting Officer Technical Representative (COTR). REQUIREMENT SPECIFICATIONS: PERFORMANCE WORK STATEMENT OPERATIONAL AND INSTRUCTIONAL SUPPORT HAZARDOUS MATERIALS CONTRACTOR SECTION I - GENERAL 1.1 BACKGROUND The Transportation Safety Institute (TSI) is the U.S. Department of Transportation's training organization charged with the responsibility of providing training support to industry and various Federal and State agencies in order for them to achieve the level of training required by Federal Law and necessary to promote the public safety and protection of the environment as related to the handling and transportation of dangerous goods (hazardous materials). Because of current workloads and the constant regulatory changes, it is necessary to continuously revise training program materials and develop new materials to maintain effective regulatory training programs. 1.2 SCOPE OF WORK The contractor shall provide regulatory and operational support to the Federal, state, and transportation safety programs for design, development, revision and implementation of training programs. The scope of work includes presentation and instruction of resident and nonresident training programs. 1.3 PERSONNEL 1.3.1 The individual assigned to conduct the aforementioned activity shall have the following experience: a. Ten years of work experience directly related to the specific matter of the task section of this performance work statement. b. Five years experience as an instructor in the transportation of hazardous materials, by all modes of transportation. c. General knowledge of the Hazardous Materials Waste Regulations. 1.3.2 Education and Training: The candidate shall have received a sufficient education and/or training to be considered a fully qualified professional instructor. 1.3.3 Selection: The U.S. Government has the right to screen prospective contractors and reject those who would not be acceptable. Screening procedures will require that the contractor provide a resume and statement of relevant qualifications to perform one or more of the tasks described below. This information will be used by the U.S. Government to screen candidates. The U.S. Government retains final approval rights for all selections. 1.3.4 Conduct: Contractor personnel shall follow and adhere to all policies and procedures established by the U.S. Government, including the DOT and TSI, and any individual organization or other entity hosting nonresident training. Information on such requirements will be provided to the contractor on request. 1.3.5 Supervision: The contractor shall provide day-to-day supervision of contract personnel. At no time will contract personnel be supervised by TSI personnel. U.S. Government technical direction and policy guidance will be available through the Contracting Officer or his/her designated representative, the Contracting Officer's Representative (COR). 1.4 QUALITY ASSURANCE 1.4.1 Contractor/Instructor Evaluation: a. Monitoring: The performance of contractor/instructor may be monitored by or on behalf of the COR without prior notice using the standard instructional improvement worksheet in use at that time as a guide. b. Student Evaluation: The performance of each contractor/instructor shall be evaluated through written student critiques at the end of each lesson and/or class taught by a contract instructor. Evaluation instruments shall normally be provided and/or administered by TSI. Should the contractor desire to use other or additional instruments, approval shall be obtained from the COR or designee. Copies of completed written evaluations and detailed reports or oral critiques shall be provided to the COR within five days of their administration. 1.4.2 Correction of Deficiencies: a. Minor deficiencies: When monitoring or student evaluations indicate a deficiency in contractor/instructor's performance, the COR will confer with the representative of the contractor within three days to present the evaluation results and discuss ways to improve the instructor's performance. The contractor will ensure that action to correct such deficiencies is taken. b. Major infractions: The U.S. Government may require dismissal of a contractor/instructor deemed to be incompetent, careless, unsuitable, or whose continued performance is deemed contrary to the public interest or inconsistent with the best interests of the U.S. Government. The contractor shall take whatever steps are required to ensure the continuing quality of training and to remedy any problems caused by these infractions. 1.5 TIME AND LOCATION OR PERFORMANCE The time and location of the contractor?s performance is determined by the COTR. The period of performance for this contract will be from the date of award through September 30, 2006 on an ?as needed? basis. The actual dates and locations of the courses will be coordinated through the COTR. SECTION 2 - DEFINITIONS 2.1 The following terms used in this performance work statement shall have the meaning stated after each. Nonresident Site - Site(s) located at other than the TSI Main Campus or North Campus at Oklahoma City, Oklahoma. Resident Site - One located at the TSI Main Campus or North Campus or any other Oklahoma City site selected by the COR. Conditioned classroom - a classroom that includes, at a minimum, student desks and chairs, a chalkboard or whiteboard, an overhead projector, and a podium or instructor's table. SECTION 3 - GOVERNMENT-FURNISHED PROPERTY 3.1 The U.S. Government will arrange for or provide a conditioned classroom, contractor operational/instructional materials, and normal classroom supplies such as pens and paper for all TSI training. 3.2 The U.S. Government will provide student materials in sufficient quantity for each student expected to attend training conducted by the contractor at TSI direction. 3.3 The U.S. Government will provide all contractor support materials and equipment except for nonresident computer, telephonic, and reproduction required equipment. SECTION 4 - CONTRACTOR-FURNISHED ITEMS 4.1 The contractor shall provide all supplies, equipment and facilities not specifically stated as being provided by the U.S. Government. Any instructional materials to be provided by the instructor shall meet the approval of the Manager, Hazardous Materials Division or designee. SECTION 5 - SPECIFIC TASKS 5.1 GENERAL REQUIREMENTS The contractor shall provide operational/instructional services in support of those items listed under specific tasks. 5.2 SPECIFIC TASKS a. Review and update training course documentation as directed. b. Review and update visual aids as directed. c. Provide logistical and regulatory support as directed. d. Provide instructional support as directed. e. Provide adequate communication services with TSI when conducting nonresident operational/instructional services. SECTION 6 - REFERENCES AND GUIDELINES 6.1 Guidelines: All work performed under this contract shall, at the minimum, comply with the following TSI Operating Practices #1 - and the Standard Operating Procedure (SOP) No. 2. Standards: Documentation of course includes reproducible copies of all instructor and student materials. Class data includes accurate data on each student in the class, including full name, number, mailing address, and class grade as well as originals of all student evaluations. Class data is received by TSI no later than 10 calendar days after completion of the class. Vendors in response to this market survey are requested to provide the following information: qualifying work experience; business size (certification if 8(a). Vendors that do not provide the information requested above will not be considered as possible sources. This information will be used to determine if this requirement will be set-aside for small business or will be issued full and open to all vendors. Concerns having the ability to furnish the above are requested to provide their information package to the contracting officer by the acquisition office listed in this notice, with reference made to this market survey file #MS-06-00018. All responses to this market survey will be considered prior to further acquisition action by the government. Any information received as a result of this announcement will not be provided to other contractors. Responses to this notice are requested not later than 12:00 PM NOON Local Time October 4, 2005. Submit mailed responses to: FAA Mike Monroney Aeronautical Center, AMT Contracting Team, ATTN. S. Cundiff. PO Box 25082, 6500 S MacArthur Blvd., Oklahoma City, OK 73125-4929, or for overnight to FAA, Mike Monroney Aeronautical Center, Bid and Proposal Officer (AMQ-140, Multi-Purpose Bldg. Room 321, 6500 South MacArthur Blvd, Oklahoma City, OK 73169, or via facsimile to (405) 954-3030; E-mail steve.cundiff@faa.gov.
 
Place of Performance
Address: TBD, OKLAHOMA CITY OK
Zip Code: 73125
Country: USA
 
Record
SN00905610-W 20050930/050928211712 (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.