Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

S -- STRUCTURAL FIREFIGHTER TRAINING for Bureau of Indian Affairs, Northern Tier

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMK62100004
 
Response Due
4/22/2010
 
Archive Date
4/15/2011
 
Point of Contact
Marita Roth Contracting Officer 5055633015 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, RMK62100004 is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2001-03. The North American Industry classification (NAICS) code is 611699 and the business size maximum is $5.0 Million.The proposed contract is a small business set-aside. All small businesses shall provide a breakdown of their costs to demonstrate that at least 51% of the cost of contract performance incurred for travel, supplies, training materials, etc. shall be performed and incurred by the prime. All small businesses shall comply with FAR 52.29-14 Limitations on Subcontracting. All responsible small business sources may submit a quote, which will be considered by the Government. This office is requesting quotes on the following item: Structural Firefighter Training, Rocky Mountain and Great Plains Regions. Statement of Work: The Structural Fire Protection Program (SFPP) is requesting a fire service contractor to provide structural firefighter training at four selected locations in the northern tier of the United States. This structural fire training is for Bureau of Indian Affairs and selected Tribal Fire Departments. The contractor shall have a mobile fire simulator to conduct live fire training scenarios. History: The Bureau of Indian Affairs (BIA) manages 6,953 buildings located at 350 sites in 26 states. The majority of these facilities are comprised of educational and detention facilities of which are made up of 186 schools 65 dormitories and two colleges. Assistant Secretary-Indian Affairs established this SFPP to carry out objectives to insure occupants of Bureau facilities have fire protection and rescue response. The SFPP has identified educational facilities as being the most crucial area needing fire protection response, with sleeping area (dormitories/detention) facilities being paramount. The majority of these facilities are located in rural areas where the only emergency response is the BIA or Tribal fire departments. In an emergency additional help via mutual aid may take 30-60 minutes for another entity to arrive on scene. Bureau fire departments provide structural fire response to grades Kindergarten thru grades 12. This is accomplished primarily by Bureau employees as collateral duty and referred to as call back or sometimes volunteer firefighters. The normal duties of identified fire personnel include; facility workers, school bus drivers, cooks or other related facilities position. General Requirements: The contractor shall be a fire service training entity with the lead trainer certified as a fire service instructor. The contractor's equipment shall be mobile to provide training at locations listed on at the Training Location area. The contractor shall be familiar with BIA facilities to create fire & rescue scenarios.A mobile fire simulator shall be provided to conduct live fire scenarios at each location listed. The fire simulator shall be able to produce heat and smoke conditions. Smoke and heat generating devices shall have an emergency shutdown control mechanism and be easily accessible. The smoke shall be environmental friendly (i.e. theatrical). NFPA StandardsNational Fire Protection Association 1500 Standard on Fire Department Occupational Safety & Health Program shall be referenced for conducting firefighter training. NFPA 1001 Standard for FireFighter Professional Qualifications, NFPA 1041 Standard for Fire Service Instructor Professional Qualifications, NFPA 1403 Standard for Live Fire Evolutions, NFPA 1901 Standard for Automotive Fire Apparatus and NFPA 1971, Protective Ensemble for Structure Fire Fighting, these standards shall be the fundamental criteria used/referenced for structural firefighter training. The BIA estimates approximately 10-25 participants at each location with various levels of experience in structural firefighting. Some participating firefighters may be crossed trained in wild-land firefighting. Course Objective: The subject matter is structural firefighter training. All course content shall have teaching outlines and lesson plans. Upon request the SFPP Manager may review and approve all teaching material prior to the start of instruction. In addition before any live fire scenario the contractor shall inspect fire clothing to insure protective clothing meets NFPA standard(s).Firefighter Training Shall Consist Of: Introduction or Basic firefighting subject matter; fire behavior and personnel protective equipment; fire ground safety, fire hose, appliances, fire equipment, fire extinguishers, ventilation, forcible entry, and ground ladders Advanced Structural Firefighting subject matter shall consist of a series of live structure burns, search and rescue techniques and tactical considerations including fire extinguishment of structural fires. Total estimated training time per location is 20 hours.Personal Protective Clothing -Bunker GearAll participants are responsible in providing their own personal protective clothing this includes; helmet, hood, coat, pants, suspenders, boots and gloves. The contractor's fire trainers shall inspect turnout gear to insure compliance prior to any live fire scenario. Self Contained Breathing Apparatus All firefighters shall wear SCBA during exercises where air is hazardous. The fire trainers shall insure firefighters are not exposed to hazardous components without SCBA. Drinking Water or Replacement Fluids Supplied at BIA LocationsEach BIA location shall have, readily available, drinking water or an electrolyte fluid replacement. The liquid(s) shall be available on the drill grounds for continuous large intakes by participants. Fire trainers shall promote the intake of fluids to help prevent dehydration. Classroom Provided by BIA Each BIA location shall provide a classroom for instruction with tables and chairs. A parking area shall be accessible to park the contractor's trucks and to accommodate drills and exercises. The BIA will not be liable for any damages or theft to any of the contractor's equipment. Each BIA location will have an identified point of contact to help coordinate training. The contractor shall provide their own audio visual equipment.Records and Documentation The contractor shall maintain training records of all participants who attend, for a period of 5 years. Records shall include; participant name, course, date, location, instructor(s), course syllabus or outline, and narrative of training. Where a social security number is requested, the participant may provide their last four digits of their SS number. A copy of all information mentioned shall be provided to the SFPP Manager within 30 days of training completion. Any test or quiz administered by the contractor shall also be provided to the SFPP Manager upon request. Narrative shall include any incidents where corrective or disciplinary action was taken, or problems with fire equipment or personal protective equipment, etc.Certificate of Completion Each participant that completes the course shall be given a Certificate of Course Completion. The certificate shall have the contractor's logo, course, date and signature(s) of training instructor or administrative official. The SFPP manger shall receive a copy of each issued certificate for record purpose.Safety PlanThe contractor shall have a written safety plan in place prior to the start of training and approved by the BIA SFPP Manager. The plan shall have information specific to each location including emergency telephone numbers. The safety plan shall identify capabilities of the contractor's staff in the event of an accident or illness. The plan shall include procedures taken in the event of an emergency; patient care, treatment and transport information. A copy of the safety plan shall be provided to the SFPP Manager prior to the start of training. Training Criteria Training criteria shall mirror National Fire Protection Association Standards. Instructional material may be used from nationally recognized training organization or designed in house if accepted and approved by the SFPP Manager. Upon request the contractor shall provide the Structural Fire Protection Program Manager a copy of all training material that will be used or referenced prior to the start of training for approval. Training & Contact HoursEach course shall be scheduled for two and one-half days of training. Dates or hour changes will be discussed with the SFPP Manager any additional cost will need approval and modification to the contract by the Bureau's contracting officer. Any participant who is tardy or absent and charged as un-excusable absence the lead instructor or coordinator shall make determination if the participant should be dropped from class. Scenarios Involving Water Supply Operation The contractor shall pre-plan with each location the use of water as needed. The local entity (BIA) shall provide one class "A" structural fire truck with pump operator. The fire pump used shall be mechanically sound and in operating order. Printed Lecture Information The contractor should provide handouts pertaining to each subject matter, if applicable. Any lectures where handouts are not included, the source of information shall be referenced for future procurement by the location or Bureau.Additional EquipmentThe contractor may furnish additional equipment not listed, if available, at no charge to the federal government. Participants Conduct Each participant shall receive safety awareness orientation by the contractor prior to the start of any live training or exercise. The lead instructor or coordinator shall have the authority to stop or remove any person from any drill or exercise for negligence or misconduct that may create a serious hazard. Items not Mentioned aboveMinor changes with no cost to the government may be discussed and approved by the SFPP Manager. Where additional work is requested or unforeseen increase in cost, BIA Acquisitions Contracting Officer shall approve all changes to contract by modification.Training Locations and Dates (20 hours per location)Training Locations Training Dates1.Northern Cheyenne June 14, 20102.Standing Rock Agency, Ft Yates ND June 17, 2010 3.Rosebud Agency, Rosebud SD June 21, 20104.Pine Ridge Agency, Pine Ridge SD June 24, 2010Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide the lump sum cost for the structural fire fighter training location (i.e. one sum for each different location). The offeror shall respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given if full text. The provisions at FAR 52212-I Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference.. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, Limitations on Subcontracting (DEC 1996); FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.23 2-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-IS Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DL&R 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Background Investigations Clause; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.217-9. Option to Extend the Term of the contract (para (a) 15 days, 15 days; para(c)5 years); 52.217-3 Evaluation Exclusive of Options; and, FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. The Evaluation Factors are: 1) Price. 2) Technical Capability: 1a. Technical Excellence: Describe ability to meet General Requirements section of SOW; lb. Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks in the Statement of Work; 1c. Past Experience: List contracts that are of comparable size, complexity and similar, and 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is APRIL 22, 2010; 2:00 pm Mountain Time. You may mail your quote to BIA, Albuquerque Acquisitions Office, Attn: Marita Roth, P.O. Box 26567, Albuquerque, NM 87125-6567, or you can fax your quotes to (505) 563-3019. For overnight delivery BIA, Albuquerque Acquisitions Office, Attn: Marita Roth, 1001 Indian School Road #347, Albuquerque, NM 87104.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK62100004/listing.html)
 
Place of Performance
Address: DOI / BIA, four seperate locations,Northern Cheyenne; Fort Yates, ND; Rosebud SD; and Pine Ridge SD.
Zip Code: 871042303
 
Record
SN02122428-W 20100417/100415234551-448275cc3222817424f7104e13094507 (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.