Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2003 FBO #0510
MODIFICATION

U -- Construction Safety Standards Course

Notice Date
4/22/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N0018903R0019
 
Response Due
5/25/2003
 
Archive Date
6/9/2003
 
Point of Contact
Heather Shaw, Contract Specialist, Phone 757-443-1409, Fax 757-443-1424,
 
E-Mail Address
heather.shaw@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Government intends to negotiate an Indefinite Delivery/Requirements type contract with firm fixed prices to provide Construction Safety Standards instructional services (Specialized Technical Expertise Required) for the Naval Occupational Safety and Health and Environmental Training Center personnel with the knowledge and skills to enhance the Navy's ability to introduce safety and occupational health personnel, environmental protection personnel and emergency response personnel in the field of Construction Safety as required by the Naval Occupational Safety and Health Environmental Training Center, Norfolk VA. This Indefinite Delivery/Requirements type contract with firm fixed prices is in accordance with FAR subpart 13.5 ?Test Program for Certain Commercial Items? (CLINGER ? COHEN). Detailed specifications and delivery requirements will be specified in the solicitation. This is a follow-on contract to contract Number: N00189-00-D-0045. The resulting contract will be from the date of award for one year with four (4), twelve-the option periods. Training services shall be performed in the Continental United States. The offer is a 100% Small Business set-aside. The NAICS Code is 611699. The SIC Code is 8299. PHASE I: Part I All responsible sources must submit resumes, past performance, and pricing data to the Fleet and Industrial Supply Center by 4:00 p.m. on the date the offer is due. Provide one resume each for the TWO primary instructors and one resume for an alternate instructor, which will be used as a contingency replacement if necessary. Both instructors must have a four (4) year baccalaureate degree and at least five (5) years of experience in occupational safety and health, and/or industrial, or any combination thereof OR a two (2) year associate degree with a minimum of seven (7) years of experience in occupational safety and health, and/or industrial hygiene, or any combination thereof, OR a minimum of ten (10) years of experience in occupational safety and health, and/or industrial hygiene, or any combination thereof. Instructor must have at least three (3) years of active duty in the Navy with an honorable discharge AND at least one of the two instructors must have a minimum of five (5) years of experience in either teaching construction safety standards, conducting construction safety inspections, performing construction safety consulting services, or any combination thereof. Part II Past Performance (a) The Performance Risk Assessment Group (PRAG) will conduct a past performance evaluation based upon the past performance of the offeror and any subcontractors as it relates to the probability of successful accomplishment of the work required by the solicitation. Detailed specifications and requirements will be specified in the solicitation. Part III Price Proposal Offerors are required to complete the SF 1449 and schedule of services. NOTE: Under Phase I, Offerors' resumes and past performance will be evaluated to determine which offerors will proceed on to Phase II - Written Material and Oral Presentations. PHASE II: Evaluation for Award. Phase II consists of the technical proposal which will be an oral presentation, written material, and price proposal. Potential offerors are hereby notified that that the solicitation and subsequent amendments to the solicitation will ONLY be available by downloading the documents at http://www.neco.navy.mil, and this office will no longer issue hard copy solicitations. By submitting an offer the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, or debarred, or otherwise ineligible to receive contracts from any Federal Agency. Failure to so represent may be grounds for refusing to accept the quote. Request for FOIA information should contact Faye Wescott at 757-443-1417. Telephone and fax responses to this synopsis will NOT be accepted. NO SOLICITATION IS POSTED AT THIS TIME - anticipated release date is APPROXIMATELY 7 MAY 03 (Please do not call to see if it has been released, just continue checking the website as directed).
 
Place of Performance
Address: VARIOUS - Depends on where training is required.
 
Record
SN00309538-W 20030424/030422213757 (fbodaily.com)
 
Source
FedBizOpps.gov 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.