Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

U -- Oil Spill Control Course Instruction Services

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-11-R-DBM013
 
Archive Date
8/2/2011
 
Point of Contact
Tarcy Thompson, Phone: 2024753781, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
tarcy.thompson@uscg.mil, robert.a.mann-thompson@uscg.mil
(tarcy.thompson@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: HSCG23-11-R-DBM013 NOTICE TYPE: Combined Synopsis/Solicitation DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as applicable and 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. The solicitation number is HSCG23-11-R-DBM013 and is being issued as a Request for Proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 611519 with a size standard of $7 million. This solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 (May 16, 2011). The U.S. Coast Guard intends to establish a single Indefinite Delivery/ Indefinite Quantity (IDIQ) contract to procure training support services for the U.S. Coast Guard Force Command (FC-51) with an order perior of 5 (five) years. This procurement will include a requirement for training services in support of oil spill control courses. A minimum of one (1) class during the period of performance of the contract, and up to a maximum of 6 (six) classes per contract year. The gaurenteed minimum order is one class during the period of performance of the contract. This procurement will consist of the following Contract Line Items: Year One CLIN: 00001 Description: Oil Spill Control Course IAW the PWS. Quantity: Max 6 per year. Unit: Each Unit Price: ______________ Total: ________________ Year Two CLIN: 10001 Description: Oil Spill Control Course IAW the PWS. Quantity: Max 6 per year. Unit: Each Unit Price: ______________ Total: ________________ Year Three CLIN: 20001 Description: Oil Spill Control Course IAW the PWS. Quantity: Max 6 per year. Unit: Each Unit Price: ______________ Total: ________________ Year Four CLIN: 30001 Description: Oil Spill Control Course IAW the PWS. Quantity: Max 6 per year. Unit: Each Unit Price: ______________ Total: ________________ YearFive CLIN: 40001 Description: Oil Spill Control Course IAW the PWS. Quantity: Max 6 per year. Unit: Each Unit Price: ______________ Total: ________________ Description of requirements for the items to be acquired - All services and deliverables shall be in accordance with the Performance Work Statement (PWS) provided below. The dates and location of services procision and acceptance will be set forth on each Task Order. The following FAR and CG-912 provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: FAR 52.212-1 - Instructions to Offerors - Commercial Items (June 2008) and is supplemented as follows: QUESTION SUBMISSION DEADLINE: Any questions should be submitted in writing via email to Tarcy.Thompson@uscg.mil, no later than 14:00 pm ET on Friday, June 27, 2011. PROPOSAL SUBMISSION DEADLINE: Vendors shall submit an electronic version of the proposal in MS Word, MS Excel, or Adobe PDF file format by 14:00 ET on Tuesday July 18, 2011 via email to Tarcy.Thompson@uscg.mil. ADDITIONAL DOCUMENTATION: Any documentation that supports compliance with the evaluation criteria and requirements including, but not limited to, résumés, syllabi, course evaluations, and other necessary documents should be submitted with the proposal. FAR 52.212-2 - Evaluation - Commercial Items (Jan 1999), and is supplemented as follows: This is a best value trade-off acquisition. The Government will award a single contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price and all other evaluation factors considered. Selection and award of the resultant contract award will be based on a review of the offeror's technical approach (including subfactors), the offeror's relevant past performance, and the offeror's price. The Technical Approach subfactors are equal in weight. Technical Approach is more important than Past Performance. When combined, they are more important than Price. The Government reserves the right to award to other than the lowest price offerors. The following factors shall be used to evaluate offers to determine best value: Factor 1: Technical Approach - The Government will evaluate each offeror's Technical Proposal, including their draft curriculum, sample syllabus/course agenda, sample student evaluations, operational training area and staffing in order to determine their capacity to perform all the requirements outlined in the PWS. Factor 2: Relevant Past Performance - Provide three (3) relevant past performance information for services directly related and relevant to the services to be performed under the PWS. To be considered relevant, the services must have been performed within the past three years. The government reserses it's right to obtain relevant past performance information of other sources. Factor 3: Price - The Government will evaluate the total overall price to determine price reasonableness. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010) REQUEST FOR PAYMENT - In accordance with invoice procedures outlined in FAR 52.212-4(g) Invoice, please e-mail each invoice to the following e-mail addresses: CG-9121-Invoices@uscg.mil, Tarcy.Thompson@uscg.mil, and Kareem.Hazard@uscg.mil. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2011). Clause 52.212-5 further incorporates the following: 52.203-6 (Sept. 2006), 52.203-13 (Dec. 2008), 52.209-6 (Sept 2006), 52.219-8 (May 2004), 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb. 1999), 52.222-26 (Mar 2007), 52.222-36 (Sept. 2006), 52.222-36 (Jun 1998), 52.222-37 (Sept. 2006), 52.222-41 (Nov 2007), 52-222-43 (Sept. 2009), 52.223-18 (Sep 2010), 52.225-13 (June 2008), and 52.232-33 (Oct 2003). As indicated by reference to FAR 52.222-41, the Service Contract Act applies to this contract and requires the Offeror to abide by the applicable Wage Determination for the service site. At present, the service site is unknown because the solicited training services will be held at the Offeror's proposed facility and the applicable Wage Determination will be incorporated upon award. FAR 52.227-14 - Rights in Data - General (Dec 2007) FAR 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the contract expires. FAR 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days of its expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thrity (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. FAR 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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm HSAR 3052.209-72 - ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting, if applicable, will be specified on each task order. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. ADDITIONAL CLAUSES AND PROVISIONS Privacy The Contractor shall be subject to the Privacy Act when handling relevant data and materials and shall comply with COMDTINST M5260.2 (Privacy and Freedom of Information Act Manual). The Contractor staff shall attend Government led Privacy Act Training prior to handling relevant data and materials. Adherence to Regulations and Notices. The Contractor shall ensure that its personnel adhere to the policies promulgated in USCG Regulations, Federal Regulations, Commandant Instructions and Notices. Professional Appearance. The Contractor's employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security and the United States Coast Guard. If the Government feels there is a problem with a Contractor's appearance; the issue will be brought to the attention of the KO who will report the issue to the Contractor. Accessibility Requirements (Section 508). Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology (EIT), they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.21 - Software Applications and Operating Systems, applies to all EIT software applications and operating systems procured or developed under this work statement including but not limited to GOTS and COTS software. In addition, this standard is to be applied to Web-based applications when needed to fulfill the functional performance criteria. This standard also applies to some Web based applications as described within 36 CFR 1194.22. 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.24 - Video and Multimedia Products, applies to all video and multimedia products that are procured or developed under this work statement. Any video or multimedia presentation shall also comply with the software standards (1194.21) when the presentation is through the use of a Web or Software application interface having user controls available. 36 CFR 1194.31 - Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meet some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires approval from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 36 CFR 1194.3(b) - Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. Employee Conduct. Contractor's employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded under this contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. Protection of Information. Contractor access to information protected under the Privacy Act is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. Notice For Filing Agency Protests It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695 Contracting Office Address: USCG Headquarters (CG-9121) 2100 2nd St. SW Washington, DC 20593-0001 Point of Contact: Tarcy Thompson Contract Specialist Tarcy.Thompson@uscg.mil Phone: 202-475-3781 PERFORMANCE WORK STATEMENT (PWS) - Dated 5/12/2011 1.0 GENERAL 1.1 Scope The United States Coast Guard (USCG) requires contractor Oil Spill Control Course instruction services. USCG intends to accomplish this requirement by awarding a Indefinite Delivery Indefinite Quantity (IDIQ) contract. 1.2 Background. The National Oil and Hazardous Substances Pollution Contingency Plan, more commonly called the National Contingency Plan (NCP), is the federal government's blueprint for responding to both oil spills and hazardous substance releases. The NCP is the result of our country's efforts to develop a national response capability and promote overall coordination among the hierarchy of responders and contingency plans. The NCP includes a framework for responding to hazardous substance spills as well as oil discharges, in addition to releases at hazardous waste sites requiring emergency removal actions. The NCP also reflects the vessel traffic environmental response provisions outlined in Oil Pollution Act of 1990. The Coast Guard is responsible for oil spill response in all navigable waterways in the coastal zone. As a part of the on-the-job qualification process, personnel must successfully demonstrate mastery of the skills and knowledge provided in the Oil Spill Control Course. 1.3 Contractor Personnel Qualifications 1.3.1 Training Specialist/Instructor Qualifications - • Bachelor's degree with a minimum of two (2) years of experience developing course curriculum, four (4) years teaching oil spill control/removal techniques and at least three (3) years of oil spill response experience. OR • The Government desires at least six (6) years of oil spill response experience along with two (2) years of experience developing course curriculum and four (4) years teaching oil spill control/removal techniques. 1.4 Conflict of Interest. The Contractor shall not employ any person for work under this contract who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. 1.4 PLACE OF PERFORMANCE. The primary place of performance will be at the Contractor's facility which shall include classrooms, training equipment and an operational training area that meets the requirements set forth in Section 4.1. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 KO - Contracting Officer 2.2 COTR- Contracting Officer's Technical Representative 2.3 NCP- National Contingency Plan 2.4 OSC- Oil Spill Control 2.5 OPA 90- Oil Pollution Act of 1990 3.0 GOVERNMENT FURNISHED RESOURCES& INFORMATION. The Government will provide notice to the Contractor requesting a course convening not less than forty five (45) calendar days in advance. At least two weeks prior to each course convening, the COTR will provide the Contractor with the student roster for each class with the names of students registered for each course. The roster will consist of personnel of varying experience levels. The initial roster may change prior to the course date due to cancellations and substitutions based on operational requirements. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this task order, except for the Government Furnished Resources specified in PWS 3.0 this work statement. 4.1 Operational Training Area. The Contractor shall provide an oil spill control operational training area with a marine slip to support training equipment staging and deployment of spill response equipment; training area must provide access for staging and deployment of on-water spill control and shoreline oil spill control equipment. The training center shall include the following: • operational lifeboat • operational davit system • floating dock • shoreline boom deployment course • waterway containment course with culverts 4.2 Health and Safety. The Contractor shall provide appropriate health and safety items and equipment based on the outdoor weather conditions (i.e. bottled water, foul-weather gear) and shall provide a Site Safety Plan (SSP) in accordance with OSHA regulations for each course. 5.0 REQUIREMENTS. The Contractor shall train Coast Guard personnel in responding to an oil spill incident. The training shall be not more that 20% classroom instruction with the remainder of the time practical hands-on exercises. 5.1 Oil Spill Control Instruction. The Contractor's Instructors shall maintain an environment conducive to learning and shall provide group paced instruction; lectures, demonstrations, simulation exercises, and role-plays to ensure students meet and are capable of fulfilling the following course objectives: 5.1.1 Demonstrate an understanding of spill response actions in various environmental conditions (current, wave action, wind, etc.), including lakes and rivers; 5.1.2 Demonstrate understanding of the response and contingency planning process and response team building as related to the Incident Command System (ICS); 5.1.3 Demonstrate familiarization with wave and current movement patterns and containment and recovery methods of discharged oil; 5.1.4 Identify skimmer design to include but not limited to weir (bucket & desmi), suction, submersion, drum, sorbent surface, and vortex/centrifugal. Also identify support items necessary to conduct skimming operations; 5.1.5 Identify how environmental factors affect skimmer performance (sea state, water depth, debris, and oil thickness/viscosity; 5.1.6 Identify and describe boom components, types and uses to include but not limited to curtain boom with internal/external foam, fence boom, and external tension member boom. Identify advantages and disadvantages of using each; 5.1.7 Identify uses for special purpose boom to include but not limited to shore sealing boom, fire boom, ice boom, absorbent boom, and netting boom; 5.1.8 Demonstrate boom deployment (and anchoring) techniques to include but not limited to exclusion, diversion, and containment; 5.1.9 Understand the operating failures of boom to include but not limited to entrainment, drainage, splash-over, submergence, and planning; 5.1.10 Demonstrate physical containment methods (damming, diking, and diverting) to include but not limited to trenching, berming, and dams and the advantages; 5.1.11 Demonstrate ability to assess color/appearance and approximate quantity, and distribution of oil spilled on open water; 5.1.12 Understand importance of shoreline protection, clean-up, and restoration. 5.1.13 Demonstrate an understanding of oil recovery from sand and rocks; 5.1.14 Understand methods used to containing and recover oil on surface of water; 5.1.15 Understand the importance and complexities of working with oil spill contractors and cooperatives; 5.1.16 Understand the role of the organization in spill response oversight; 5.1.17 Provide practical, hands-on exercises to manage a mock spill response operation to include but not limited to Incident Command Post organization, resource ordering/placement, and forecasting of oil movement; 5.1.18 Provide opportunities for each student to assume a leadership role during simulated exercises; 5.1.19 Provide an 8-Hour Hazardous Waste Operations and Emergency Response (HAZWOPER) Occupational Safety & Health Administration (OSHA) Refresher training found in Title 29 of the Code of Federal Regulations Part 1910.120. The Contractor shall also provide an eight (8) Hour Hazardous Waste Operations and Emergency Response (HAZWOPER). 5.1.20 Understand how HAZWOPER structure, Personal Protective Equipment (PPE), and training apply to oil spill response operations. 5.1.21 Understand how to monitor dispersant effectiveness. 5.1.22 The Contractor shall submit a final training curriculum and syllabus to the COTR for review and concurrence within 30 days after contract award. 5.1.23 The Contractor shall submit any changes to the curriculum to the COTR for review and concurrence not later than 30 days prior to course convening. 5.2 TRAINING MATERIALS. The Contractor shall be responsible for setting up the training facility, arranging furniture as necessary, laying out participant materials, and preparing equipment and instructor aids. 5.2.2 The Contractor shall prepare student materials (course manuals, workbooks, handouts, completion certificates, and course critique forms). 5.2.3 The Contractor shall conduct the research necessary to develop and revise training courses. The Contractor shall maintain annual curriculum updates and conduct training for all scheduled offerings of the OSC. 5.3 COURSE EVALUATION. The Contractor shall provide a course evaluation questionnaire to be completed by all participants at the end of each course. The questionnaire shall be directed toward eliciting participants' comments as to the value of the material taught, recommended changes and/or additions, and the quality of the instruction. 5.3.1 The Contractor shall provide a consolidated report of the evaluation responses with recommendations for course enhancement no later than fifteen (15) days after the course ends to the COTR. 5.4 COURSE CERTIFICATES. The Contractor shall provide each participant with a certificate attesting to the successful completion of the course. 5.4.1 The Contractor shall provide the certificate to all attendees at course commencement. 5.4.2 The Contractor shall also provide an eight (8) Hour Hazardous Waste Operations and Emergency Response (HAZWOPER) Occupational Safety & Health Administration (OSHA) Refresher training card (laminated) to the students attending the course. 5.5 COURSE CONVENINGS AND STUDENT RATIOS. The contractor will work with the COTR to determine the appropriate number of sessions and students per session the contractor will need to provide based on the timeline for the needed training and contractors capabilities and resources to support (i.e. size of facility, number of instructors, student-to-instructor ratio). 5.5.1 The government intends that ninety (90) U.S. Coast Guard students will receive the subject training and certification each year. 5.5.2 The timeline needed for the training should take place between the months January and September. 5.5.3 The student-to-instructor ratio should be no more than 15 students to 1 instructor. 5.5.4 In order to benefit from training alongside individuals in the industry that will be involved in various oil spill response situations, students attending the course are not limited to U.S. Coast Guard (active duty or civilian) members. The contractor can therefore open enrollment to the course to others in the industry that need similar training, but USCG students receive priority placement in all course convening. To meet this obligation the Contractor shall disenroll other students in the event of a conflict. 6.0 REFERENCES. 6.1 U.S. Department of Education Occupational Safety & Health Administration (OSHA) Title 29 Code of Federal Regulations (CFR) Part 1910 Subpart 120 (HAZWOPER training requirements). (Available at - http://www.osha.gov/pls/oshaweb/owadisp.show_document?p_table=standards&p_id=9765) 6.2 National Contingency Plan (NCP); Chapter 40 Code of Federal Regulations Part 300 (Available at - http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&tpl=/ecfrbrowse/Title40/40cfr300_main_02.tpl) 6.3 Oil Pollution Act of 1990 (OPA-90) (Available at - http://frwebgate.access.gpo.gov/cgi-bin/usc.cgi?ACTION=BROWSE&TITLE=33USCC40) 6.4 NOAA Open Water Oil Identification Job Aid (Available at - http://response.restoration.noaa.gov/topic_subtopic_entry.php?RECORD_KEY(entry_subtopic_topic)=entry_id,subtopic_id,topic_id&entry_id(entry_subtopic_topic)=265&subtopic_id(entry_subtopic_topic)=8&topic_id(entry_subtopic_topic)=1) 7.0 DELIVERABLES.. The contractor shall provide the following in their quotation: Item 1 - Final training curriculum and syllabus (PWS 5.1). Due 30 days after award. Item 2 - Course manuals, handouts (PWS 5.2). Provide at training to each student Item 3 - Course evaluation (PWS 5.3). NLT 15 days after course completion Item 4 - Course completion certificate/HAZPOWER Training Card (PWS 5.4). NLT 15 days after course completion. 8.0 PERFORMANCE STANDARDS: The specific performance standards for all deliverables will be described in each Task Order under this IDIQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-R-DBM013/listing.html)
 
Place of Performance
Address: The primary place of performance will be at the Contractor’s facility., United States
 
Record
SN02475272-W 20110618/110616235216-3760eae1dd6389dbda892313e6628fc2 (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.