Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2004 FBO #0957
MODIFICATION

B -- Power System Operator Training Study

Notice Date
7/8/2004
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Federal Energy Regulatory Commission, Office of Finance Accounting and Operations, Division of Procurement, 888 1st Street, N.E., Washington, DC, 20426
 
ZIP Code
20426
 
Solicitation Number
FERC04C40371
 
Response Due
7/20/2004
 
Archive Date
8/4/2004
 
Point of Contact
Charlotte Handley, Contracting Specialist, Phone (202) 502-8895, Fax (202) 208-0987,
 
E-Mail Address
charlotte.handley@ferc.gov
 
Description
Please note that the Due Date has changed from July 12, 2004 to July 20, 2004. No other changes have been made. 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; proposals are being requested and a written solicitation will not be issued. FERC04C40371 is issued as a request for proposal and all provisions/clauses are those in effect through FAC 01-23. This solicitation is unrestricted under NAICS number 541611. Statement of Work: I. OBJECTIVE. As a result of the August 14th blackout the Federal Energy Regulatory Commission (FERC) is investigating issues that might contribute to enhancing the effective and efficient operation of the bulk power transmission grid. The blackout investigation has found operator performance as one of the root causes of the August 14, 2003 disturbance, with deficiencies including lack of situational awareness, failure of personnel to declare an emergency and failure to take appropriate action to insure that the bulk electric system remained in a secure and reliable state. The safe and reliable operation of the bulk electric power system in North America requires well-trained and effective personnel. Historically, many utilities have used seniority as a primary determinant in the selection of power system operators, and relied upon on-the-job training to fill in the gaps in an individual?s experience. As the grid has becomes heavily used, there is a need to identify and train for the basic skill set that an individual must possess in order to be considered for operating the power system. The FERC is seeking a highly qualified contractor to perform the services described in Section II. The contractor shall prepare and submit to the FERC a comprehensive study addressing training, certification, licensing, and current practices for power system operators. It is intended that this study will include identification of best practices for qualification of power system operators, identification of best practices for operator training in the electricity industry as well identification of training practices in other industries with requirements that are applicable to power system operator training. The study will include a gap analysis of any critical factors missing in today?s training programs and recommend minimum requirements for an operator training program. II. SCOPE OF WORK. Specifically, FERC is interested in addressing all key operator training (and certification) issues raised within the interim and final blackout reports: 1. Determine the breadth of current training practices across the bulk power system that is provided to system operators: a. Identify best-in-class training programs including areas such as re-certification, simulator training, required hours of training, emergency and normal operations training. Consideration of U.S. and Canadian entities should be included. Identify key areas, educational methods and training and certification approaches that are available. Also highlight unsatisfactory training programs and document the characteristics that result in inadequate training. Consideration should be taken for the various control operations within the bulk power transmission system including Independent system operators, control area and Transmission operators, Regional reliability coordinators, etc. b. Identify potential obstacles that may prevent organizations from implementing and improving their training program, or hinder putting into practice procedures that are likely to enhance reliability. c. Identify minimum staffing levels to allow for adequate ongoing operator training and identify the amount of time being offered to operators across the system. 2. Identify best practices from other industries that could be implemented to better prepare power system operators. a. Consider training programs for operators in highly complex, high pressure industries such as military, air traffic system control, commercial and military aviation, and nuclear plants (NRC). b. Outline training and education materials and methods that are available including training metrics, types of training, content of training programs, required hours, refresher courses, minimum training requirements, training levels and certification grades, and re-certification processes. c. Identify pertinent parallels to power system operations and identify training gaps and opportunities for improved training in the bulk power sector. 3. Develop characteristics of an effective power systems operator training and performance improvement program. a. Identify functions within the bulk power system that would require training and certification programs. Functional areas requiring training and certification based on the NERC functional model would likely include ? reliability authority, interchange authority, balancing authority, generator operator, transmission operator and market operator. As part of the current training assessment, information should be collected pertaining to job tasks from existing data. i. Determine the needs of a power system operator ? i.e. skills, attributes and knowledge that power system operators need and if appropriate define differences and similarities for training and certification requirements among functional areas. ii. Determine minimum training requirements - including the appropriate amount of time for an operator to commit to ongoing training, certification and re-certification. b. Recommend methods of conducting various types of training, e.g. seminars, computer based, on the job etc., based on tasks and responsibilities. This includes training programs for operations management, including their role during emergencies and should address incorporating lessons learned during real-time operation into training/ certification programs. c. Recommend the appropriateness of establishing grades or levels of operator qualifications from entry level to supervisor based on education, training and experience. If levels of certification are deemed necessary, recommend criteria for each level. d. Develop potential industry standards for acceptable power systems operator training. The North American Electric Reliability Council (NERC)?s training program and the NERC readiness audits should be used as references. e. Recommend improvements and performance metrics for the NERC certification program and existing operator training programs. This includes addressing operator and supervisor authorities and defining responsibilities and actions during non-routine events. 4. Consider the merits for establishing two levels of certification including advantages and disadvantages of either a two-tier or one-tier process. Consideration for the following two approaches should include: a. Generic level: tasks and responsibilities that are common across all interconnections would have a certification process. Recommend requirements needed to understand the bulk interconnected system and how each system interacts with its neighbors. b. Regional level: Individual organizations would certify based on their own needs. Determine what is needed for operators to competently perform local tasks and what organizational level might be appropriate to administer a second level certification examination process: i.e., Region, RTO/ISO/other organization. Note: The study recommendations must consider the requirements of industry standards for personnel training, continuing education, testing, and certification established by organizations such as: i. The International Association for Continuing Education and Training ii. American National Standards Institute iii. National Organization for Competency Assurance Review Panel - A Review Panel may be established to provide direction and input into the analysis. Additional responsibilities of the Review Panel may include participation in the kick-off meeting, provide comments on state of training in related industry; review and comment on draft reports and final deliverables; and assist in the implementation of recommendations from the final report. III. DELIVERABLES. Based upon the analyses, the contractor shall submit a comprehensive report to the FERC detailing items in Section II and setting forth recommendations and conclusions for operator training in the power system. All requested topics shall be discussed in the report, which shall be considered confidential until released by the FERC. The contractor shall also complete and provide to the FERC staff an electronic copy of the report in Microsoft Word 2002 format. Deliverables shall include a contract kick-off meeting with the FERC, a draft report, a briefing to FERC staff and review panel on the draft report, and a final report. Throughout the study period, the contractor shall provide immediate notification to FERC staff of significant findings and important revelations. The contractor will also be responsible for conducting weekly briefings with the FERC staff regarding the progress of the analysis. Finally, the contractor will be available as an expert witness on behalf of the staff of the FERC in any hearings or meetings on applications. IV. SCHEDULE. The offeror shall submit a schedule of deliverables including intermediate milestone dates. The draft report shall be submitted to the FERC staff no later than March 1, 2005. The report will be finalized with responses to FERC staff comments by March 31, 2005. If the vendor is unable to adequately perform all tasks, teaming arrangements are encouraged. All offerors and subcontractors will complete and submit with their proposals, the Organizational Conflicts of Interest (OCI) representation or the OCI disclosure and the OCI Questionnaire. Also include with offer, a completed copy of Provision at FAR 52.212.3, Offeror Representations and Certifications ? Commercial Items (MAY 2004). The OCI documents and the Provision FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items can be found at http://www.ferc.gov/about/offices/oed/oed-proc.asp under Additional Information. Period of Performance: From approximately July 23, 2004 to March 31, 2005. FAR Provision 52.212-1, Instructions to Offerors-Commercial (Jan 2004), applies. Addendum to FAR 52.212-1 SUBPARAGRAPH (b) It is our intent to evaluate based on initial proposals. Offerors shall submit six copies of their price and technical proposal, signed by an official authorized to bind the offeror, to FERC, ATTN: C. Handley, Division of Procurement, 888 1st St., NE, Washington, DC 20426 no later than 2:00 PM local time, July 20, 2004. Proposals will be reviewed by non-federal employees from UT Battelle, contractor to Oak Ridge National Laboratory and Frank Macedo of PowerOpt, Inc. Price Proposal: Addendum to FAR 52.212-1 SUBPARAGRAPH (b)(6): The price proposal shall be completely separate from the technical proposal. To understand the reasonableness of the firm fixed price proposed, offerors must breakout pricing by month and provide (1) labor categories (2) corresponding firm-fixed-price, fully loaded labor rates (3) proposed number of hours estimated for each labor category (4) Other Direct Costs as applicable (subcontractor and travel) and (5) The total firm fixed price to perform the desired work as set forth in the Statement of Work. Supporting details shall also be provided as appropriate (e.g., travel destinations, number of trips, computer time, discounts offered). Addendum to FAR 52.212-1 SUBPARAGRAPH (c) The offeror agrees to hold the prices in its offer firm for 90 calendar days. V. Provision 52.212-2, Evaluation-Commercial Items (Jan 1999), applies. Addendum to FAR 52.212-2 SUBPARAGRAPH, (a) Technical Proposal: SELECTION CRITERIA. Selection will be based upon: Technical Approach (35 points) ? The proposal must describe the steps that will be taken to complete a comprehensive evaluation of bulk power system operator training and certification programs and how each of the tasks outlined in the scope of work will be addressed (i.e., characterization of training within the industry, analysis of best practices across the industry, development of required skillsets for functions); Demonstrated Training Knowledge and Qualification of Personnel (35 points) - The proposal must describe prior experience and knowledge in bulk power system operations, operator training programs, certification programs, and/or human performance within the electric or related industry. The proposal must describe the professional qualifications of the staff that will be assigned to this contract, including educational background, total years employed by the offeror, work experience, and relevant publications. Resumes shall not exceed two pages in length; Past Performance (30 points) - The offeror and each subcontractor proposed must each select three references to submit a Contractor Past Performance Evaluation. A copy of the Contractor Past Performance Evaluation form to be completed by the Offeror?s references can be found at http://www.ferc.gov/about/offices/oed/oed-proc.asp under Additional Information. The Offeror will be responsible and ensure that the completed references are submitted with the technical proposal. Offerors should also notify the references that FERC may be contacting them regarding the past performance information. Addendum to FAR 52.212-2 SUBGRAPH (a). Technical and past performance when combined, are more important than price. However, award shall be made to the offeror whose proposal is determined to best meet the needs of the Government after consideration of all factors i.e., provides the ?best value.? ?Best value,? for the purposes of the contract is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis between technical and price factors. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003), applies. Addendum to FAR 52.212-4: 1. 52.252-2 Clauses Incorporated By Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. All FAR Provisions/Clauses can be found in full text at http://www.acqnet.gov/far/. Clause(s) are as follows: 52.217-8. (2) The resultant contract will contain a clause substantially the same as the Contractor Non-Disclosure Agreement at http://www.ferc.gov/about/offices/oed/oed-proc.asp. (3) The offeror shall submit a payment plan for invoicing that reflects the percentage of the contract value to be paid based on acceptance of the deliverables and tasks completed. The plan will be negotiated and incorporated into the resultant contract. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2004) applies. Addendum to FAR 52.212-5: The following clauses are incorporated by reference: 52.203-6 with A1; 52.219-4; 52.225-13; 52.232-33.
 
Record
SN00617456-W 20040710/040708212612 (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.