Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

U -- Tech Rescue Training

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0221A
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
LaDonna Collins, 7195263838<br />
 
E-Mail Address
ACA, Fort Carson
(ladonna.collins@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Quotes shall reference solicitation number W911RZ-09-T-0221A. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. Fort Carson intends to award a firm-fixed-price contract for a firefighters technical rescue class. The North American Industrial Classification System (NAICS) code for this procurement is 611519 with a small business size standard of $7.0 million. This requirement is set aside 100% for Small Businesses. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 Technical Rescue Class in Accordance with the Statement of Work CLIN 0002Contractor Manpower Reporting (per item 7 in the Statement of Work) Statement of Work 1. Training Dates: The contractor shall propose training dates and alternate training dates that are available. All training must be completed by 30 September 2009. 2. Training Location: Bldg 3669, Training Center, Fort Carson, Colorado, 80913 3. Number of Personnel to be Trained: Fifteen (15) 4. Brief Description of Training Events: Training shall consist of 40 hours of instructor led, train-the-trainer classes. The course instructor shall have a National Board on Fire Service Professional Qualifications certification. At the conclusion of the training, trained individuals should be able to successfully complete Pro Board or International Fire Service Accreditation Congress (IFSAC) written certification and have completed all required practical exams. 5. Mission: The purpose of this training is to train elements of the Fire & Emergency Rescue Technician teams in Vehicle Machinery Level I, and Rope Rescue Technician Level I. 6. Concept of the Operation: a.40 hours of class instruction (6 days), conducted at Fort Carson, Colorado. Vendor shall provide all course materials to include: participants manuals, textbooks, and hand outs. The vendor shall also provide certification test proctoring. The Government will provide classroom space, training space, vehicles, props and tools needed to cut vehicles. b. Phases of Training: 1.Rope Rescue Tecnician Level I: Class instructor shall teach the students the requirements under NFPA 1670 for Rope Rescue Technicians; Students shall be trained in equipment selection, inspection and maintenance, pre-planning and size-up of rope rescue operations; knots, hitches and anchor systems; mechanical advantage systems, belay operation, rappelling, ascending and descending;, raising and lowering systems; patient packaging and litter attending. This course will also cover advanced problem solving and highline systems. And give an over view of all system safety factors. All firefighters who will be attending this training are certified to the Rescue Tech I Confined Space level, beacuse of this training they have been trained to the Awareness and Operational level of Rope Rescue. ( Due to these circumstances this class may be shortened). All attendees will receive a ProBoard or IFSAC certification to the Rope Rescue Technician level upon completeion of this training. 2: Vehicle Machinery: This course shall be designed to offer a combination of classroom and practical evolutions that allow the student to learn proper techniques to stabilize a vehicle or machinery rescue incident. The class shall be made realistic by the staging of a rescue incident. Students will participate with hands-on exercises that emphasize the following disciplines found in vehicle and machinery rescue: Determine the vehicle access and egress points, given the structural and damage characteristics and potential victim location(s), so that victim location(s) is identified; entry and exit points for victims, rescuers, and equipment are designated; flow of personnel, victim, and equipment is identified; existing entry points are used; time constraints are factored; selected entry/egress points do not compromise vehicle stability; chosen points can be protected; equipment and victim stabilization is initiated; and AHJ (Authority Having Jurisdiction) safety and emergency procedures are enforced. The curriculum shall meet and exceed the Standard for Rescue Technician Professional Qualifications, as defined in Chapter 10, 2003 edition, NFPA Vehicle Rescue and Extrication, Second Edition. 7.Contractor Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.222-48 (Exemption from Application of the Service Contract Act), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.237-2 (Protection of Government Buildings, Equip & Vegetation), 52.252-2 (Clauses Incorporated by Reference), 252.201-7000 (Contracting Officer's Representative), 252.204-7004 Alternate A (Central Contractor Registration), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price and past performance. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to LaDonna Collins, Contract Specialist, and e-mailed to ladonna.collins@us.army.mil. All questions or inquires must be submitted in writing no later than 2:00 p.m. Mountain Time on 12 August 2009. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received no later than 5:00 p.m. Mountain Time on 14 August 2009. Quotes may be faxed to (719) 526-6622 attn: LaDonna Collins, or e-mailed to ladonna.collins@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. The contractor must submit three past performance references and proof of certification with their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0221A/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01899829-W 20090807/090806000400-04d36a6cfcc6ecb9401c7bc185093642 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.