Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

99 -- HAZARDOUS MATERIALS INCIDENT COMMANDER

Notice Date
3/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), CG National Strike Force, 1461 North Road Street, Highway 17 N, Elizabeth City, North Carolina, 27099, United States
 
ZIP Code
27099
 
Solicitation Number
HAZMAT_INCIDCOMM_DE1123
 
Archive Date
4/27/2012
 
Point of Contact
Derrick L. Cross, Phone: 2523316000, marvin o. ross, Phone: 2523316000
 
E-Mail Address
derrick.l.cross@uscg.mil, marvin.o.ross@uscg.mil
(derrick.l.cross@uscg.mil, marvin.o.ross@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 GENERAL 1.1 SCOPE The National Strike Force (NSF) requires contract support services to provide hazardous materials incident commander training. The Contractor will provide a bid for one (1) year and four (4) optional years. 1.2 BACKGROUND The National Oil and Hazardous Substances Pollution Contingency Plan, more commonly called the National Contingency Plan (NCP), is the federal government's blueprint for responding to both oil spills and hazardous substance releases. The NCP is the result of our country's efforts to develop a national response capability and promote overall coordination among the hierarchy of responders and contingency plans. The NCP includes a framework for responding to hazardous substance spills as well as oil discharges, in addition to releases at hazardous waste sites requiring emergency removal actions. Within the NCP, the NSF Strike Teams (NSFST) are designated as Special Teams required to maintain the standing ability to support Coast Guard, Environmental Protection Agency (EPA), and the Department of Defense predesignated Federal On-Scene Coordinators (FOSC) for any discharge or substantial threat of discharge of oil into a navigable waterway of the U.S., or a release or substantial threat of a release of a hazardous substance, pollutant, or contaminant into the environment of the U.S. As defined by 29 CFR 1910.120 (q)(6)(v) and NFPA 472 Chapter 3, On-Scene Incident Commanders are members who will assume control of an incident beyond the first responder awareness level, have overall authority and responsibility for conducting incident operations, and are responsible for the management of all incident operations at the site. Job function examples of positions that require training to this level include but are not limited to On-Scene Coordinators, On-Scene Coordinator Representatives, Incident Command System (ICS) Operations Section Chiefs, ICS Safety Officers, and supervisors/managers. NSF responders being trained to become either a Response Supervisor or Officer are required to be trained to this level due to the potential of filling one of the roles defined above during a hazardous materials or oil spill response. 1.3 CONTRACTOR PERSONNEL QUALIFICATIONS Each instructor shall meet the following requirements: 1.3.1 Meets all requirements listed for "Trainers" under 29 CFR 1910.120(q)(7). 1.3.2 Have a minimum of five (5) years combined experience as an instructor in the field related to this task order and in responding to hazardous materials releases. 1.3.3 All instructors, support personnel, and technical assistants shall be familiar with the roles and missions of the Coast Guard National Strike Force. 1.3.4 The Contractor shall provide a list of instructors, including copies of resumes and current certifications to the NSF for evaluation as part of the proposal. No changes to the instructors list will be authorized without prior approval from the Contracting Officer's Technical Representative (COTR). The Government shall have final approval authority for all instructors supplied by the Contractor. 1.4 CONFLICT OF INTEREST. The Contractor shall not employ any person for work under this contract who is an employee of the United States Government if that employment would, or could appear to cause a conflict of interest. 1.5 PLACE OF PERFORMANCE. The primary place of performance will be at the Contractor's facility which shall include classrooms, training equipment, and an operational training area as defined in section 4.0 of this task order. 2.0 GOVERNMENT TERMS AND DEFINITIONS 2.1 COTR-Contracting Officer's Technical Representative 2.2 NSF-National Strike Force 2.3 NSFST-National Strike Force Strike Team 2.4 FOSC-Federal On-Scene Coordinator 2.5 NCP-National Contingency Plan 2.6 ICS-Incident Command System 3.0 GOVERNMENT FURNISHED RESOURCES & INFORMATION. 3.1 The Government shall provide travel and transportation costs to and from the Contractors facility and full tuition costs associated with meeting the Contractors requirements detailed within this statement of work. 3.2 The COTR will be the single point of contact for this contract. 3.3 If requested by the Contractor, the Government shall provide an NSF equipment list and any Standard Operating Procedures (SOP) as needed to assist with familiarization. 3.4 The Government must be notified at least thirty (30) calendar days in advance if any special training equipment is requested by the Contractor for instruction. 4.0 CONTRACTOR FURNISHED PROPERTY. With the exception of Government Furnished Resources specified in section 3.0 of this work statement, the Contractor is ultimately responsible for providing the following to fulfill the requirements of this task order: 4.1 All training facilities as described in section 1.5 to include all necessary audio/visual equipment, a classroom environment suitable for learning, and fully functioning restroom facilities as appropriate. Additionally, the training facility should be able to provide realistic, scenario-based hazardous materials response training which utilizes the latest computer-based instructional delivery technologies. The Contractor's hazardous materials field exercise training area shall accommodate full-scale functional exercises and the layout and design of the facility shall facilitate exercise delivery and instant, quality after-action feedback. 4.2 The training facility should have sufficient organization, support staff, and services to conduct training. 4.3 The Contractor shall have all required gear, instruments, personal protective equipment, and any other necessary resources to provide instruction. This may include but is not limited to Personal Protective Equipment (PPE) consumables such as gloves, tyvek garments, and level A and B suits. The Contractor shall make every reasonable attempt to identify equipment within its inventory that most closely matches that of the NSF's inventory for use within the courses. If requested by the Contractor, the Government shall provide a NSF equipment list to assist the Contractor with familiarization of NSF equipment. Any deviations from this must be approved by the COTR prior to awarding the bid. 5.0 REQUIREMENTS 5.1 GENERAL REQUIREMENTS 5.1.1 Period of performance. The period of performance for this contract shall be between the date this contract is awarded and September 30, 2012. 5.1.2 Course Currency. The Contractor shall develop the course based on the most recent and applicable references outlined in section 7.0 of this statement of work. 5.1.3 Course Syllabus. The Contractor shall perform all services within this contract from 0800 to 1700 local time Monday through Friday. The details of the course shall be documented in the syllabus as per Section 5.1.6 of this task order. 5.1.4 Course Length. The course length shall meet the requirements of 29 CFR 1910.120 (q)(6)(v) and NFPA 482 for Incident Commander. The vendor must show how the 24 hour minimum training requirement will be met within their submitted proposal. 5.1.5 Target Audience. The course shall be suitable and adapted to accommodate the learning needs of students with both limited and extensive emergency response knowledge. 5.1.6 Course Content. The curriculum shall be a mix of hands-on/practical exercises and classroom/written examinations. As per 29 CFR 1910.120 Appendix C, hands-on training should be stressed whenever possible. At a minimum hands-on/practical exercises shall make up at least twenty-five (25%) of the course curriculum. The Contractor shall provide training in accordance with the following references: • NFPA 472 Chapter 8 • 29 CFR 1910.120 (q)(6)(v) • Training Marine Oil Spill Response Workers under OSHA's Hazardous Waste Operations and Emergency Response Standard (OSHA 3172) The curriculum shall be designed to cover all competencies and skill sets listed in these references. Proficiency should be evaluated and documented by the use of a written assessment and a skill demonstration which will be provided by the Contractor. The assessment and demonstration should evaluate the knowledge and individual skills developed in the course of training. The Contractor shall specify in writing the minimum level of proficiency required to successfully complete the course. 5.1.7 Curriculum, Syllabus, and Schedule. 5.1.7.1 The Contractor shall provide a proposed training curriculum and syllabus with all proposals and submitted bids. 5.1.7.2 The Contractor shall submit a final training curriculum and syllabus to the COTR for review and concurrence within thirty (30) days after contract award. 5.1.7.3 The Contractor shall submit any changes to the curriculum to the COTR for review and concurrence not later than thirty (30) days prior to course convening. 5.1.7.4 The Contractor shall provide a course schedule, which includes an overview and daily agenda for each day of training in advance to the COTR. The Contractor shall provide this schedule no later than two weeks prior to the beginning of course. 5.2 TRAINING MATERIALS. 5.2.1 Course Preparation. The Contractor shall be responsible for the training facility, classroom furniture layout, laying out participant materials, and preparing equipment and instructor aids. 5.2.2 Student Materials. The Contractor shall prepare and provide all required student materials (course manuals, workbooks, handouts, quizzes, tests, completion certificates, a final roster of participants, and course critique forms). 5.2.3 Equipment. The Contractor shall provide all materials and equipment required for training as listed in Section 4.3. 5.3 COURSE EVALUATION 5.3.1 Proposed Evaluation. The Contractor shall provide a proposed course evaluation questionnaire with all submitted proposals and bids. 5.3.2 Evaluation Content. The Contractor shall provide a course evaluation questionnaire to be completed by all participants at the end of each course. The questionnaire shall be directed toward eliciting participants' comments as to the value of the material taught, recommended changes and/or additions, and the quality of the instruction. 5.3.3 Evaluation Consolidated Report. The Contractor shall provide a consolidated report of the evaluation responses with recommendations for course enhancement no later than fifteen (15) days after the course ends to the COTR. 5.4 COURSE CERTIFICATES. The Contractor shall provide a certificate attesting to that successful completion of the course no later than fifteen (15) days after completion of the course. The certification shall contain the following: • Student's name. • Course title. • Course date. • Statement that the student has successfully completed the course. • Name and address of the training provider. • An individual identification number for the certificate. • List of the levels of personal protective equipment used by the student to complete the course. 5.5 COURSE CONVENING AND STUDENT RATIOS. 5.5.1 The Contractor will work with the COTR to determine the appropriate number of sessions. 5.5.2 The Government intends that no less than fifteen (15) and no more than forty (40) U.S. Coast Guard students will receive the subject training per year. 5.5.3 The student-to-instructor ration should meet the requirements as outlined in 29 CFR 1910.120 Appendix E listed under section six (6) ratios. 5.5.4 In order to benefit from training alongside individuals in the industry with similar safety concerns and needs, students attending the course are not limited to U. S. Coast Guard (active duty or civilian) members. The Contractor can therefore open enrollment to the course to others in the industry that need similar training, but U. S. Coast Guard students receive priority placement in all course convening. Each course will have a maximum of thirty (30) students and may have a government COTR in attendance. In the event of a conflict, U. S. Coast Guard personnel shall take precedence for enrollment in the course. 6.0 COSTS. 6.1 Cost Estimate Requirement. In addition to the costs outlined in sections 4.0 and 5.2, costs in bid shall include, but are not limited to, all materials, personnel necessary to perform the required training, equipment, services necessary to fulfill the requirements of this task order, costs for facilities, travel and per diem for the instructors, and support personnel required for the training. Because of the variance in the number of personnel attending this training, two (2) cost estimates must be provided. A cost estimate for a single class of U. S. Coast Guard personnel and a cost estimate per person are required for this statement of work. 6.2 Subcontracting. Federal Acquisitions Regulations Subpart 19.7 Small Business Subcontracting Program applies. 7.0 REFERENCES. National Strike Force Standard Operating Procedures, NSFINST M16480.2B Title 29 CFR Part 1910, Labor as applicable National Fire Protection Association Code (NFPA) 472, Standards for Competence of Responders to Hazardous Materials/Weapons of Mass Destruction Incidents Training Marine Oil Spill Response Workers under OSHA's Hazardous Waste Operations and Emergency Response Standard (OSHA 1372) 8.0 DELIVERABLES. The Contractor shall provide the following in their quotation: ITEM DELIVERABLE / EVENT DUE BY 1 Proposed training curriculum, syllabus, and evaluation with submitted bids as per sections 5.1.6 and 5.3. In quote 2 List of intended instructors along with certifications and instructor resumes as per section 1.3. In quote 3 Cost estimates as per section 6.0. In quote 4 Final training curriculum and syllabus as per section 5.1.6.2. 30 Days after award 5 Course schedule, which includes an overview and daily agenda for each day of training as per section 5.1.6.4. To COTR two weeks prior to beginning of course 6 Course manuals, handouts, quizzes, tests as per section 5.2.2. Provide at training to each student 7 Evaluation Consolidated Report as per section 5.3.3 NLT 15 days after course completion 8 Course Completion Certificate as per section 5.4. NLT 15 days after receipt of payment 9.0 PERFORMANCE STANDARDS. The specific performance standards for all deliverables will be described in each Task Order. A firm fixed price contract is anticipated. The clause at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial applies to this acquisition. The Government will award in accordance with FAR part 13 on a best value, technically acceptable basis to include price and past performance. Each offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. All quotes are due to Marvin Ross, Chief of the Contracting Office, Marvin.O.Ross@uscg.mil via email or mail. For Technical Questions contact MSTC Hugh Hamilton, Phone (252) 331-6000, EXT: 3015, E-mail Hugh.M.Hamilton@uscg.mil. For Contracting Questions contact Marvin Ross, Phone (252) 331-6000, EXT: 3003, Fax (252) 331-6012, Email Mavin.O.Ross@uscg.mil. Point of Contact(s): Marvin Ross, Chief Warrant Officer, Phone 252-331-6000 ext 3003, Fax 252-331-6012, Email Marvin.O.Ross@uscg.mil - Derrick Cross, SKC, Phone 252-331-6000 ext 3011, Fax 252-331-6012, Email Derrick.L.Cross@uscg.mil Contracting Office Address: Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG National Strike Force Coordination Center, 1461 North Road Street, Highway 17 N, Elizabeth City, NC, 27099, UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/NSFCC/HAZMAT_INCIDCOMM_DE1123/listing.html)
 
Record
SN02694205-W 20120314/120312234506-2e87496c649ef24d9888b3b1bd784e5a (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.