Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2005 FBO #1152
SOLICITATION NOTICE

U -- Homeport Training in Fiber Optics Training to Navy Personnel Stationed in Various FCAs

Notice Date
1/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-05-T-0008
 
Response Due
2/14/2005
 
Archive Date
3/1/2005
 
Description
DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 13 and 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. Solicitation N61339-05-T-0008 is issued a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-25. This solicitation is not a small business set aside. The NAICS Code for this solicitation is 611519 with a size standard of $6.0M. This effort will be accomplished under the provisions of an Indefinite Quantity Contract (IQC) with qualified vendors/schools capable of providing the required instruction. The product to be purchased under this effort is a proficiently trained student, meeting the performance and course completion standards delineated in MIL STND 2042b and by the Course Curriculum Model Manager (CCMM) for Fiber Optics. See the Purchase Description (Attachment 1) and Attachments at the NAVAIR URL listed below for specifics. This solicitation sets forth the requirements for providing training in the area of fiber optics to Navy and military personnel stationed in the Norfolk, VA, San Diego, CA; Bangor/Seattle, WA; Mayport, FL; Pascagoula, MS; New London, CT; Pearl Harbor, HI; Ingleside, TX; Yokosuka/Sasebo, Japan; Sigonella, Italy, Fleet Concentration Areas (FCA) and other training sites. The Navy will provide the vendor with the initial Government Furnished Information (GFI) consisting of the course curriculum including lesson outlines, instructor guides, student guides, publications, and course tests. Contractor shall provide the personnel, supervision, management, training equipment (for other than Norfolk and San Diego), materials, consumables, and instructional technology needed to conduct the training. Estimated student throughput and number of convenings per site are listed in the Purchase Description, but may vary greatly. Class size is 8 students. Contractor shall be a certified Electronic Technicians Association (ETA) testing site. Contractor instructors shall possess, at a minimum, ETA Fiber Optics Technician (FOT) certification, and Delphi Connection Systems certification, and have experience in shipboard fiber optic installation, troubleshooting and repair. Interested vendors should address the following Factors. TECHNICAL FACTORS: a. Identify Company?s Qualifications. Provide information on your company?s capabilities and provide copies of certifications that your company is an ETA testing site, and for which levels of fiber optics training. If certification is not through ETA, provide the awarding institution?s competencies upon which the certification is based. b. Identify instructor qualifications: Provide copies of instructors? certifications. Identify your understanding of the instructor competency requirements for each course. Identify the unique skills and competency requirements to be attained through the Fiber Optics course and how your instructor staff is qualified to meet these requirements. Describe company?s instructor training plan. Describe the trouble-shooting plant that will be used in training and testing Navy students and how it will allow the students to trouble-shoot and repair a minimum of two faults per student. c. Identify the preparation time required to commence the first class at each FCA. Identify the number of classes and class size you can instruct in FY05 through FY 10 at each FCA. Since the contractor is required to supply all training equipment at all sites, except Norfolk and San Diego, identify the equipment you will use and how the equipment meets or exceeds that identified in the Purchase Description, Attachments M-U. d. College/Academic Credit, ETA Certificate. Identify whether or not your institution can provide college credit, number of credits awarded, or certification(s) available. PRICE FACTORS. Identify the instructional price for a class of 8 students for each FCA being proposed. Price to include all tuition, fees, materials, equipment (where required) and consumables. Consider that the contractor will provide all instructional materials required beyond any government furnished initial copies of lesson outlines, course objectives, instructor and student guides, and special handouts. GFI for a class of 8 students is approximately 1,600 pages. Also, assume a cost of $175 for the ETA exams for FOI and FOT. Identify your projected cost escalation over five years from FY 2005 through FY 2010. Identify the price each year for each class. Indicate your convening cancellation policy. PAST PERFORMANCE: Provide contract number and points of contact from current or previous similar training with the Government or commercial for the past 2 years, or any other recognition, awards, and articles to enable complete past performance evaluations. Oral presentations are anticipated covering vendor/school?s technical factors. Presentation is limited to 90 minutes including time for questions (45 minutes for presentation and 45 minutes for questions). Date and time of presentation will be established after receipt of proposals. The government will schedule oral presentations by drawing lots. Copies of your oral presentation (limited to 20 pages), past performance and price shall be submitted by the close date specified below. Copies of certifications, price and past performance are not included in the 20 page technical portion. Solicitation attachments can be obtained through the NAVAIR Orlando web site located at http://www.ntsc.navy.mil/Ebusiness/BusOps/Acquisitions/Index.cfm. Be advised that periodic access to this web site is essential to obtain updated solicitation information and changes. No further information will be posted to the FedBizOpps web site. Solicitation attachments include (1) Purchase Description; (2) Learning Objectives (A-U); Attachments V,W and X are available commercially; (3) Wage Determination. Government intends to make payment by credit card. Performance period will be 5 years. Estimated effective training start date is March 2005. Government reserves the right to make award without discussions and to make award to multiple offerors representing the best value to the Government. Government also reserves the right to hold discussions, if deemed necessary. In order to insure an efficient competition can be conducted, the Government reserves the right to limit the number of oral presentations to a reasonable number based on the most highly rated proposals. Government acceptance shall be at destination upon completion of scheduled course. Government reserves the right to independently verify an offer?s Past Performance from other sources. Award will be evaluated under FAR Part 13 as an IQC; delivery orders will be firm fixed price. Evaluation factors are Technical, Price and Past Performance. Technical factors will be judged on merit and risk. Technical when combined with Past Performance is slightly more important than price. Technical is more important than Past Performance. Anticipated award date is O/A 04 March 2005. The following FAR/DFARS provisions and clauses apply to this acquisition: FAR 52.203-3, 52.212-1, 52.212-2, 52.212-4, 52.212-5 ?Class Deviation applies; 52.216-4, 52.216-18, 52.216-19, 52.216-22, 52.216-27, 52.219-4, 52.222-41, 52.222-42, 52-222-43, 52.232-36, DFARS 252.204-7004, 252.209-7001, 252.212-7001 (a) and (b) apply, 252.243-7001. A completed copy of the following must be included with each quote: FAR 52.212-3. FAR/DFARS clauses can be located at: http://www.arnet.gov.far. The DPAS rating for this solicitation is N/A. Quotations may be mailed, faxed, or emailed to NAVAIR-Orlando TSD, Attn: Karen Henderson, Code 25334, 12350 Research Parkway, Orlando FL 32826 at or before 1500 (3:00 PM) EST, 14 February 2005. Fax (407) 380-4164. Email: Karen.Henderson@navy.mil. For information regarding this solicitation contact Karen Henderson at (407) 381-8781.
 
Place of Performance
Address: Norfolk, VA; San Diego, CA; Bangor/Seattle, WA; Mayport, FL; Pascagoula, MS; New London, CT; Pearl Harbor, HI; Ingleside, TX; Yokousuka/Sasebo, Japan; Sigonella, Italy.
 
Record
SN00737001-W 20050121/050119212002 (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.