Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2005 FBO #1411
SOLICITATION NOTICE

U -- Rescue Disciplines of Collapsed/Shoring Structure Training Course

Notice Date
10/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, United States Marine Corps, Chemical Biological Incident Response Forse, Naval Surface Warfare Center 101 Strauss Ave, Bldg 901, Indian Head, MD, 20640-5035
 
ZIP Code
20640-5035
 
Solicitation Number
M20364-05-Q-0002
 
Response Due
10/26/2005
 
Archive Date
11/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.603, 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. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24 and Defense Acquisition Circular 91-13. This action is restricted to small businesses, has a NAICS code of 611430, and a size standard of not to exceed $6,000,000. This solicitation contains (1) one CLIN; it is the government?s intent of awarding a firm-fixed price contract. The Chemical Biological Incident Response Force (CBIRF), Indian Head, Maryland, has a requirement for the following items: CLIN 0001, Qty 1 (one), Unit of issue: Lot; to deliver/train 45 (forty-five) Marines a formal course of instruction in the Technical Rescue Disciplines of Collapse Structure Rescue and Shoring at a date to later be determined after award. The course shall cover at a minimum the following concepts: Meet or exceed structural collapse rescue technician level as per the NFP A 1670 chapter 5.4. Provide instruction in recognition of general hazards associated with structural collapse incidents, including the recognition of applicable construction types and categories and the expected behaviors of components and materials in a structural collapse. Provide instruction on material capabilities and weights as well as how to properly perform calculations. Provide hands on training in the construction of shoring systems to include but not limited to: T-shores, double Tshores, laced post shores, alternate/window shores, standard door/window shores, 60 degree and 45 degree solid sole and split sole rakers, flying raker, sloped floor shoring, vertical post shoring, split sole raker, airbag/cribbing operations and cut station set up. Provide a formal instruction and hands on training in the rescue of a victim(s) involved in a structural collapse to include but not limited to; size up, initial entry into a collapsed structure, the use of temporary/permanent shores, the recognition of unstable areas, the recognition of unique collapse or failure hazards, conducting search operations to locate victims trapped inside and beneath collapsed debris, assessing victims trapped inside and beneath collapsed debris, stabilization for both interior and exterior structure and the performance of extrication operations involving packaging, treating, and removing victims trapped within and beneath collapsed debris. Provide scenario driven hands on training for basic, medium and heavy shoring response. Government Furnished Equipment (GFE) will be provided (i.e. lumber, nails, concrete, etc.) as well as the use of Government Facilities (Raymond Downey Training Facility) to conduct training. The course is to be provided by a credible FEMA/NFPA certified instructors. The vendor shall instruct to the standards based on the following: NFPA 1670 (1999 ed.) Chapters 4,5, and 9; METL Y2K.4; NFPA 1006 (2003 ed.) Chapters 6, 9, and 11. It is preferred that certification from vendor be transferable to IFSAC or DOD certification. Vendor must provide all literature for the course. Cost of vendor travel, food, and lodging will be in accordance with the Joint Federal Travel Regulations (JFTR). The vendor will provide quality products in accordance with the applicable documents listed above. The government reserves the right to select bids based on cost, delivery schedule, and as most advantageous to the government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representatives and Certifications Commercial Items, http://www.arnet.gov; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; 52.232-33 Payment by electronic funds transfer (Central Contractors Registration); 252.232-7003, Electronic Submission of Payment Requests Special Invoicing Instructions: Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests. Compliance with WAWF-RA is mandatory. Include in each offer a statement acknowledging that you are WAWF-RA compliant. Offers that do not contain this statement will be considered non-responsive and will not be considered for award. In order to get registered with WAWF-RA, visit https://wawf.eb.mil/ In order to use WAWF-RA, you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within your company. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 26 October 2005, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contracting Officer, Chemical Biological Incident Response Force, Indian Head, and Maryland. P.O.C. for this solicitation is SSgt Telly J. Renfroe at (301) 744-2094?com., (301) 744-2018?fax, or via email cbirfcontracting@cbirf.usmc.mil
 
Place of Performance
Address: 101 STRAUSS AVE, INDIAN HEAD, MD
Zip Code: 20640
Country: USA
 
Record
SN00910044-W 20051007/051005212229 (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.