Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

U -- 2010 Hazardous Materials Shipping Recurring Workshop - Hazardous Materials Shipping Recurrent Workshop Statement of Work - HazMat Shipping Recurring Workshop Combined Solicitation-Synopsis

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-10-T-0034Dyess
 
Point of Contact
Hnou Sunset Lo, Phone: 3256963863
 
E-Mail Address
sunset.lo@dyess.af.mil
(sunset.lo@dyess.af.mil)
 
Small Business Set-Aside
N/A
 
Description
HazMat Shipping Recurring Workshop Combined Solicitation-Synopsis Hazardous Materials Shipping Recurrent Workshop Statement of Work This is a combined synopsis/solicitation to provide one day training of Hazardous Materials Shipping Recurring Workshop for 12 Dyess personnel during the week of 1 Sept-3 Sept 2010. This was 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; proposals are being requested and a written solicitation will not be issued. Solicitation is issued for Request for Quotations (RFQ) #F1R31A0229a002. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 97-13. The NAICS Code is 624310 with a size standard of $7,000.00. Offers are based on all or none selection process. Dyess AFB, TX has the following requirements: Vendor must have all qualifications, license and certifications and must be included with proposal packet to be considered. Work shall be performed in accordance with rules and regulations of Texas Commission on Environmental Quality (TCEQ), Texas Department of State Health Services (TXDSHS), Environmental Protection Agency (EPA), Air Force (AF) Policy Directives, AF Instructions (AFI), and AF Procedures/Manuals (AFMAN). Vender shall provide: All labor, materials, and equipment necessary to complete the Tasks in the Statement of Work (SOW). These tasks require the contractor to: (1) Provide Pre-workshop consultation to include the contractor contacting the USAF PM to provide advance information about use of specific chemicals, wastes, procedures, policies, plans, and operations in order to focus the workshop on our needs and communicate site-specific situations. (2) Provide Instruction, Comprehensive materials and CD (which includes Hazardous Materials Training Regulation Manual, Hazardous Materials Transportation Workbook, and Hazardous Materials Transportation Management Reference on CD). Instruction should include the following topics: 49 CFR structure, HMR applicability, key terms; DOT authority, inspections, fines and penalties; Hazmat classification and priority of hazard classes; How to use the 172.101 Hazardous Materials Table; Selecting the correct 'proper' shipping name; Hazmat packaging and package specification; Communicating hazards: marking, labeling, placards; Hazmat shipping papers and the shipper's certification; Incidents, emergencies, and cargo security plans; Loading, unloading, and hazmat segregation issues; Recordkeeping and training mandates. (3) Provide detailed exercise packet. (4) Provide One-year membership to follow up services (which includes Regulatory Updates, Regulatory Help, Online Libraries, Training Records and Membership Discounts). (5) Provide Certificate of Achievement for each course attendee. (6) Price must include all instructor travel and per diem. Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are cited: 52.225-13, Restrictions on Certain Foreign Purchases; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; Clause at FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.22-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates For Federal Hire. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.bpn.gov. Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. Offers are due to: 7 CONS/LGCA, 381 Third Street, Dyess AFB, TX 79607 or Fax (325) 696-4084, by 30 Aug 2010 no later than 1400 hrs. Please contact 2Lt Lo by telephone (325-696-1454) or by e-mail sunset.lo@dyess.af.mil with any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA4661-10-T-0034Dyess/listing.html)
 
Place of Performance
Address: Dyess AFB, Abilene, Texas, 79607-1581, United States
Zip Code: 79607-1581
 
Record
SN02251598-W 20100825/100823235612-e7d28f7c8bd82d4262758da64109d419 (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.