Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
SOLICITATION NOTICE

U -- PROVIDE WEB BASED SAFETY EDUCATION TRAINING PROGRAMS FOR USE BY AOC EMPLOYEES AND CONTRACT PERSONNEL

Notice Date
12/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NAAN600600100CMM
 
Response Due
1/13/2006
 
Archive Date
1/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, FL to provide web based safety education training programs for use by up to 100 AOC employees and contract personnel. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NAAN6000600100CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Sep. 2005) (Sections 5, 14, 15, 17, 18, 19, 20, 26, and 31). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Feb. 2005), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be 90 days after receipt of order with 3 years of support.}, 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan. 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to solicitation results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: 1) Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government?s minimum requirement as specified herein; 2) Warranty and service provided. Ability to meet or exceed the Government?s minimum requirement; 3) Delivery schedule. Ability to meet or exceed the Governments delivery schedule; 4) Past Performance. Provide a list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment or services that are the same or equal to that described herein; 5) Ability to meet training objectives contained in AOC 64-01-8; 6) Ability to adhere to the Instructional Systems Design model, presentation of required information must be in an organized coherent manner, that allows the user control of learning; 7) Ability to provide a high level of interactivity; 8) Ability to record student data, including login information, scores, usage statistics; 9) Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest priced offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 1352.215-73 Inquiries (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. A copy of NOAA AOC safety program policy and procedure Directive 64-01.8 can be obtained via email request to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Friday, January 13, 2006. Offers may be faxed to 816-274-6993, Attn: Carey Marlow. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; and 4) references for conducting past performance reviews. Price proposal shall provide a breakdown of costs. Prices shall include breakdown of total cost per job and the Grand Total cost per year. This is a firm fixed price solicitation. DESCRIPTION: 1. The Contractor will develop or provide web based safety education training programs for use by up to 100 AOC employees and contract personnel in accordance with the AOC safety program policy and procedure Directive 64-01.8. Which can be obtained by email request to carey.m.marlow@noaa.gov. 2. Training developed will meet the standards training contained in 29 CFR, and satisfy requirements outlined by 29 CFR. 3. Training modules will be developed for each of the following topics: (a) Hazard Communications (b) Hazardous Materials Handling (c) Disposal of Hazardous Materials (d) Hearing Conversation (e) Blood Borne Pathogens (f) Sight Protection (g) Fire Prevention (h) Power Tools (i) Forklift Safety (j) Respiratory Protection (k) Electrical Safety (l) Lock Out Tag Out (m) Fatigue Countermeasures (n) Compressed Gas Safety (o) Ergonomics (p) Fall Protection and Restraint Systems 5. Web based training modules will be installed on the NOAA AOC server and accessible for use by employees. The product will not exceed the practical bandwidth of the AOC network and will be easy to install. 6. Evaluations (tests covering information contained in each training module) to determine effectiveness of each didactic module will be developed for completion by each employee after completion of each training module. 7. A correct score of 80% will be required to indicate successful completion of each training module. Testing strategies will be accompanied by feedback, remediation opportunities, or adaptive content delivery. 8. A database of successfully completed modules by employees will be included in the product for installation on the server to track safety training. 9. The training will be expandable to include additional topics to the ones noted above. 10. The system will be completed within 90 days of award of contract. 11. Contractor will agree to provide continued support services for a period of three years. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1 Initial Face to Face Safety Training (CORE), Annual Web Based Refresher Safety Training Administrative, tracking, and updating functions. $_________________ FOB Destination GRAND TOTAL: $_________________ DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: NOAA AIRCRAFT OPERATIONS CENTER, 7917 HANGAR LOOP DRIVE, HANGAR 5, MACDILL AFB, FL 33621
Zip Code: 33621
Country: USA
 
Record
SN00959351-W 20051231/051229211652 (fbodaily.com)
 
Source
FedBizOpps 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.