Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOLICITATION NOTICE

A -- A Certified Search and Rescue Course designed to offer a combination of classroom and practical evolutions for rope rescue techniques.

Notice Date
2/8/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
M20364 USMC CHEMICAL BIOLOGICAL INCIDENT RESPONSE FORCE 4th Marine Expeditionary Brigade (AT) NSWC , 101 Strauss Avenue, Bldg. 901 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
M2036408Q0007
 
Response Due
3/7/2008
 
Archive Date
3/7/2008
 
Point of Contact
SSgt. Patterson (301)-744-2094
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared per format in subpart part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number M20364-08-Q-0007 is issued as a Request for Quotation (RFQ). This solicitation is 100% set-aside for all qualified small businesses the solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular 05-05. The North American Industrial Classification System (NAICS) for this requirement is 611699. Size Standard is $6.5 in millions of dollars. The purpose of this solicitation is to procure the commercial services listed below, in support of Chemical and Biological Incident response Force stationed in Indian Head, MD. This requirement is for a firm fixed price contract. To be in accordance with the following specifications: The requirement is to train a course designed to offer a combination of classroom and practical evolutions for rope rescue techniques. Instruction events include establishing need for rope rescue, use and limitations equipment,knotcraft,safety aspects,anchoring systems,rescue rappeling,third man rescue,lowering systems and other aspects of rope rescue. Course delivery and instruction will be based on NFPA 1670 (chapters 4,5and 9) and NFPA 1006 (chapters 6,9 and 11) Two classes needed for run simultaneously (one class for basic entry level certification training, one class for the advanced training). An estimated 20 students will undergo the basic entry level training, and 15 will go thru the advanced training course. CLIN 0001 Cost per student Qty: 35 personnel Capability Needed: The Technical Rescue Platoon's METLs require extensive knowledge in many complex disciplines of rescue. The governing standards are NFPA 1006, Standard for Rescue Technician Professional Qualifications,NFPA 1670, Standard on Operations and Training for Technical Rescue Incidents and FEMA doctrine. Requirements/Performance Specifications for this service: All instructors, including the lead instructor, must have worked and be working currently with an organization that conducts real world technical rescue operations including FEMA response. The organization must provide verifiable information on the instructor staff's credentials for review by CBIRF personnel prior to receiving contract. Contractor or staff member or members must have served on a FEMA board or boards in the disciplines listed in this document. Contractor or Staff members must have acted as a Safety Officer for a FEMA or equivalent USAR response. This individual must be on site for the duration of course in order to obtain real world instruction and to mentor CBIRF personnel. The lead and all other instructors must be U.S. citizens. All instructors must be registered with an accrediting organization. All instructors must be certified at or above the certification level. Vendor's accredited course will meet all line numbers of NFPA 1006 chapters 5,6,8,9, and 11, NFPA 1670 chapters 6,7,8, and 11 and FEMA technician level certification. Vendor is required to provide course syllabus that shows the line numbers from the aforementioned NFPA for review by CBIRF personnel prior to awarding contract. Upon satisfactorily completing the course, CBIRF personnel will be certified by training vendor, on NFPA 1006 chapters 5, 6, 8, 9, and 11, NFPA 1670 chapters 6, 7, 8, and 11 and FEMA rescue technician. The certification must state name of course with the total number of hours and 1006 chapters 5, 6, 8, 9, and 11, NFPA 1670 chapters 6, 7, 8, and 11 and FEMA rescue technician Contractor must be able to accommodate 15-35 students. All classroom work is requested to be conducted within the CBIRF area. All practical application and scenario-based evaluations is requested to be conducted within the CBIRF area. Duration of course shall run for no more than 12 days, and course work on weekends is encouraged in order to maximize time. The training day shall be no more than 12 hours and no less than 10 hours in duration. Concept of Employment: All technical rescue personnel that have not been certified in the above will participate and complete the aforementioned training in order to respond in support of this Battalion's mission. Prospective contractor shall: Provide all training aids and consumables and literature, process all examination and testing for certification, and schedule all ambulance riding experience on ambulances. Evaluation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation. The Government will make and award to the lowest price, technically acceptable offer. Quotations will be evaluated in an efficient and minimally burdensome fashion, and acceptable quotes may be comparatively evaluated pursuant to FAR 13.106-2(b). Quotation for this request shall be submitted to Contracting, Attn: SSgt Brent Patterson, Bldg. 700 Patterson Rd, Indian Head, MD 20640, e-mailed to brent.patterson@usmc.mil, faxed to 301-744-2018, or hand carried to the given address. The quotation selected for award shall be incorporated into the resulting contract award document. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers. Commercial Items; FAR 52.212-3 Offeror Representations and Certifications. Commercial Items; FAR 52.212-4 Contract Terms and Conditions. Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders. Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE, these clauses can be found at www.acquisition.gov/far/index.html. The Offeror is required to provide their C ontractor?s DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFAR 252.204-7004 (Mar 1998) Offerors are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database, FAR 252.232-7003 (DEC 2004). For WAWF-RA at http://wawf.eb.mil. WAWF Assistance 1-866-618-5988. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Offeror responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is 7 March 08 by 1100, EST. Offeror is responsible to ensure submitted quote has been received and legible. Submit Quote to brent.patterson@usmc.mil fax to (310)-744-2018. If Offeror prefers to mail quote please contact SSgt Patterson via em ail for approval.
 
Record
SN01504611-W 20080210/080208230454 (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.