Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

U -- Hazardous Material Technician Training Class

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE-06-T-0031
 
Response Due
5/30/2006
 
Archive Date
7/29/2006
 
Small Business Set-Aside
N/A
 
Description
This is an unrestricted combined synopsis/solicitation for commercial services in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice of this Request for Q uotation (RFQ) and a written solicitation will not be issued. This combined solicitations/synopsis reference number is W911SE-06-T-0031. The associated NAICS code is 611699 with a standard size of $6M. Offerors must propose a fixed rate for a series of Hazardous Material Technician training classes. Class dates are 9-22 July, 6-19 August, 10-23 September and 15-28 October 2006. The offeror must meet the following requirements: (1) U.S. Army Chemical School approved Tasks, Conditions and Standards for do mestic Reconnaissance. Please e-mail Sherrie Randall at sherrie.randall@forscom.army.mil for a list of the required tasks; (2) OSHA 20 CFR 1910.120(q); (3) Certification requirements for either the International Association of Fire Fighters or ProBoard Cer tification as HAZMAT Technician; (4) National Fire Protection Association(NFPA) 472 Standard for Professional Competence of Responders to Hazardous Materials Incidents 2002 Edition-chapter 6; (5) The offeror shall submit a curriculum of the Hazardous Mat erial Technician Curriculum. The cirriculum must cover Tasks DNBCR4 to DNBCR21 from U.S. Army Chemical School Conditions and Standards for Domestic Reconnaissance. Work to be performed at Contractor site or Government Site. The following clauses and prov isions are incorporated and will remain in full force in any resultant award; FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation; FAR 52.212-2 Evaluation Commercial Items is applicable to the solicitation and blanks in (a ) are completed as follows: technical capability, which includes all of the requirements (1-5) listed above and price. Technical capability will be a go/no go factor. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to t his solicitation. The contractor shall return a completed copy of this provision with its quotation; FAR 52.212-4 Contract Terms and Condition-Commercial Items, applies to this solicitation. Paragraph (i) of FAR 52.212-4 is added to read: Payment will be made on a monthly basis. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Execute Orders; Commercial Item, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 is considered checke d and is applicable to this acquisition: (1), (16), (17), (18), (19), (20), (31). FAR 52.252-2, 52.204-7, 52.217-8, 52.232-1, 252.204-7004 and 252.212-7001 clauses are incorporated by Reference. The following Department of Defense Manpower requirement ha s been added in full text: MANPOWER  ACCOUNTING FOR SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpowe r (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The require d information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor n ame, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors)(6) Estimated direct labor dollars paid this reporting period (including sub-contractors);(7) Total payme nts (including sub-contractors);(8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub -contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of report ing this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Pres ence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors m ay use a direct SML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for eac h required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The Government reserves the right not to award to the lowest price. Offerors who are not registered in the CCR are ineligi ble for the award. You can register or obtain additional information via their web site at www.ccr.gov or call 1-800-334-3414. Responses to this Request for Quotation (RFQ) must be received via e-mail, mail or delivery by 30 May 2006 no later than 3:00 PM Eastern Standard Time. Requests should be marked with solicitation number W911SE-06-T-0031. Questions may be directed to the Contract Specialist, Sherrie Randall at (404) 464-2770 and may also be reached at sherrie.randall@forscom.army.mil or Ms. S andra Baxley, Contracting Officer at sandra.baxley@forscom.army.mil or (404) 464-4121. Mailing address: Southern Region Contracting Center-East, Mission Division, 1301 Anderson Way, S.W. Fort McPherson, GA 30330.
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN01048287-W 20060517/060515220707 (fbodaily.com)
 
Source
FedBizOpps 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.