Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

U -- Homeport Training in the Brementon WA, FCA

Notice Date
6/6/2005
 
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-0064
 
Response Due
6/27/2005
 
Archive Date
8/15/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this effort; quotes are being requested and a written solicitation will not be issued. Solicitation N61339-05-T-0064 is issued as request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-03. Applicable attachments necessary to provide an offer are located at http://www.ntsc.navy.mil/Ebusiness/BusOps/Acquisitions/Index.cfm. Be advised that periodic access to this web site is essential for obtaining updated information and the latest information regarding this solicitation. Attachments applicable to this solicitation are: (1) Purchase Description; (2) Learning Objectives Attachments (A-E); (3) Wage Determination. 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 Navy student who has met both enabling and terminal objectives, as specified in the course of instruction and receives a certificate of completion from the IQC Holder. This solicitation sets forth the requirements for providing turnkey contracted Surface Fire Fighting Training (FFT) and Damage Control Training (DCT) to Navy personnel stationed in the Pacific Northwest (PAC NORWEST) Fleet Concentration Area (FCA). The objective of this support is to provide Fire Fighting and Damage Control training, which meets the stringent military specification requirements as identified in Attachments (A-E). See PD Attachments (A-E) at the NAVAIR URL listed above for specifics. The Navy will provide the vendor with the initial Government Furnished Information (GFI) consisting of the course curriculum including the lesson outlines, instructor guides, student guides, publications, special student handouts, and course tests. The Contractor shall provide the personnel, supervision, management, materials and consumables (less OBA canisters), facilities and equipment, and instructional technology needed to conduct training of Navy and civilian personnel in the courses described in Attachments (A-E). Student throughput and the number of convenings are listed in Table A of the PD. Convening and class size are estimated and may vary from year to year. Contractor shall be certified and accredited capable of providing the required instruction for Navy training courses. Contractor shall provide the facilities within the PAC NORWEST Bremerton, WA region and shall be located within a one-hour drive (during rush hour traffic) from the Naval Base KITSAP-Bremerton. Contractor shall demonstrate the ability to train fire fighting personnel to extinguish Alfa, Bravo, and Charlie Class fires in accordance with standard Navy policy and procedures and in a live fire environment. Additionally, the Contractor shall be able to provide training in limited visibility scenarios using smoke generation. Interested vendors should address the following ?Factors? in their quotations. Technical factors should cover: Identify Company?s Qualifications. Identify your institution?s accreditation and how it meets or exceeds National standards in fire fighting. Provide a copy of the accreditation or certificate with your response. Understanding of courses, skills, and competency requirements. Identify by Course Identification Number (CIN) and course title in which you wish to provide instruction. Briefly describe your understanding of the courses of instruction and the skills to be attained through each course. Instructor Resources. Identify your instructor resources. Identify the number of instructors you have on staff or if you will have to obtain instructors that have the necessary academic and experience qualifications required to maintain its accreditation or certification. Class convenings, size, and assumption of training services. Identify the number of convenings you can instruct for the first and out years and the class size your facility can accommodate. Identify the preparation time required to commence the first class for each course and surge compatibility. Indicate your cancellation policy. Identify Instructor Qualifications. Identify the required instructor qualifications necessary to meet your institutions and Washington State minimum standards for certification as an instructor in Fire Fighting and Damage Control. Provide copies of instructor?s certifications. Identify your approach on how the instructors will obtain training in Navy Core Values, Prevention of Sexual Harassment and High Risk Instructor Qualification Training. Use of Navy curriculum and curriculum change recommendations. Indicate if you will use the Navy curriculum and describe your process in identifying and making recommendations for changes in the curriculum. Currency in fire fighting principles and procedures. Explain how your instructors will maintain currency in fire fighting principles and procedures in accordance with Washington State and nationally acceptable industry and academic standards. Facilities. Identify if your facility is within a 60-minute drive from the Naval Base KITSAP-Bremerton gates. The required drive time should be within 60 minutes or less during rush hour traffic from the base. Identify the equipment you will use and how the equipment meets or exceeds that identified in the Purchase Description, Appendix A. College/Academic Credit, License, Certificate. Identify whether or not your institution can provide college credit/certification. Identify the number of credit hours or the type certification that would be awarded. Price factors should cover: Price and escalation. Identify the instructional cost per class for each class being proposed under this effort. Price is to include all tuition, fees, labs, materials, printing, books, cost per credit, consumables, etc. 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. Identify your projected cost escalation over five years from year 2005 through year 2010. Identify the cost of the class for each year. Past Performance factors should cover: Provide a copy of any relevant contract numbers and points of contact from previous similar training whether military, government, or commercial for the past 2 years, any other recognition, awards, and articles to enable complete past performance evaluations. Provide copy of any news articles that recognize your institutions excellent performance in Fire Fighting and Damage Control training, or any other indicator of past performance. Quotations will be evaluated against the preceding factors clearly stated for Technical, Past Performance and Price utilizing a combination of procedures in accordance with FAR Part 13 and FAR Part 15. A best value trade off process using FAR Part 15.101-1 is supported. The order of importance for the evaluation factors is as follows; Technical & past performance when combined are of equal importance when compared to price. Technical is considered equal in importance to past performance. The period of performance will be for 60 months (5 yrs). The Government reserves the right to award to multiple offerors in the event one offeror cannot meet the required throughput or multiple awards represent the best value to the Government. The Government intends to award without discussions but reserves the right to conduct discussions if deemed necessary. The Government intends to pay by credit card. The following FAR/DFAR clauses and provisions apply to this acquisition: FAR 52.203-3, 52.212-1, 52.212-2, 52.212-4, 52.212-5 (Class Deviation Applies), 52.216-18, 52.216-9, 52.216-21, 52.216-27, 52.222-41, 52.222-42, 52.222.43, 52.232-36, 52.233-1, 52.233-3, DFARs 52.204-7004, 252.209-7001, 252.212-7001 (a) and (b) applies. A completed copy of the following must be included with each quote: FAR Clause 52.212-3: (b), (c)(1)(2)(3)(4)(5) (effort will not exceed simplified acquisition threshold), (d), (e) (h) and DFARs 252.212-7000. FAR/DFAR clauses can be located at the following site: http://farsite.hill.af.mil/VFFARA.HTM. The DPAS rating for this solicitation is N/A. Quotations may be mailed to NAVAIR Orlando, Attn: Karen Henderson, Code 25334, 12350 Research Parkway, Orlando, FL 32826 or emailed to karen.henderson@navy.mil at or before 1500 (3:00 p.m.), EST, 27 June 2005. Anticipated award date is O/A 08 July 2005. For information regarding this solicitation, contact Karen Henderson at (407) 381-8781 or via email: karen.henderson@navy.mil.
 
Record
SN00823587-W 20050608/050606212309 (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.