Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

U -- Marine Safety Instructor Training

Notice Date
4/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFKST40-12-03185PMF
 
Archive Date
5/26/2012
 
Point of Contact
Patricia McBride-Finneran, Phone: 301-734-1239
 
E-Mail Address
patricia.mcbride-finneran@noaa.gov
(patricia.mcbride-finneran@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Scientific Support Services (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFKST40-12-03185PMF. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular- Includes Amendments from FAC 2005-58, effective on April 18, 2012. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 611699. The small business size standard is $6.5. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 00001: Marine Safety Instructor Training. (VI) Description of requirements is as follows: CLIN 00001: Marine Safety Instructor Training. Statement of Work Marine Safety Instructor Training for 2012 I. Background Section 403(b) of the Magnuson-Stevens Fishery Conservation and Management Act directs the Secretary of Commerce, in cooperation with the states and the National Sea Grant College Program, to establish appropriate training programs for fishery observers and to ensure that they are competent to perform their mission. In April 1999, the National Marine Fisheries Service (NMFS) contracted with the Atlantic States Marine Fisheries Commission (ASMFC), to conduct a Needs Assessment Survey to determine the core competencies for fishery observer training programs. The survey addressed observer competency in such areas as vessel safety, fisheries science, and statistical analysis. Subsequent reviews of the national and regional observer programs resulted in further recommendations for improvements in observer safety training. In January 2004, NMFS observer safety trainers met and developed safety training standards for all NMFS fisheries observers. These standards require that all observer safety trainers successfully complete a United States Coast Guard (USCG) approved MSIT course prior to conducting safety training. Currently certified trainers are also required to complete a 3-day refresher course every 3 years. The objectives of this contract are to increase the number of regional observer training staff, increase the quality of safety training provided to observers by enhancing safety trainers’ methods of instruction in regional observer safety trainings, and maintain consistent observer safety training standards nationwide. In order to meet these objectives, the National Observer Program (NOP) is seeking a provider to conduct a United States Coast Guard (USCG) approved Marine Safety Instructor Training (MSIT) certification and refresher course. This work statement provides for a MSIT course and refresher training for up to 20 observer trainers, to be conducted simultaneously. II. Observer Safety Training Tasks The NOP will contract a provider to simultaneously conduct a MSIT certification course (minimum of 40 hours) and refresher training (minimum of 24 hours) for up to 20 attendees, selected by NMFS, to be held in Woods Hole Massachusetts in early- to mid-July 2012. The contractor shall ensure all logistics for training are met, e.g. the use of a pool, vessels, and other facilities as needed. Topics will include, but are not limited to; · Preparation for at-sea emergencies; o Abandon ship, o Mayday radio call, o Fire, o Man Overboard, o Cold water near drowning, and o First aid, · Small boat safety; · Hypothermia; · Cold water survival; · Sea survival; · Safety equipment; e.g. life raft, EPIRB, personal EPRIB, survival suits, personal floatation devices (PFD)s, and radio(s), · Safe drill procedures; e.g. pool and open water drills, · Fire fighting; · Flares; · Dewatering pumps; and · Food and water in a survival situation. In addition, the Contractor shall: · Utilize various techniques of methods of instruction to incorporate NOAA Fisheries Observer Safety Training Standards (refer to Appendix A). · Select an element of safety training and ensure that each participant make at least two presentations (one five minute, one 15 minute). · Provide review sessions for each presenter to receive feedback on teaching style, effectiveness of training, and knowledge of subject matter. Review sessions will allow for feedback by instructors as well as other trainees. The agency reserves the right to unlimited duplication of training materials provided by the contractor and shall credit the contractor in print on appropriate media, e.g., training videos, photos in annual reports, international documents, and uses of the training materials in regional programs. III. Deliverables · Instructor manual o One electronic copy shall be delivered to NMFS at least one week prior to training o One hardcopy instructor manual shall be provided to each course participant · Documentation of all course participants to include: o Attendance records § Course roster, identifying new instructors and refresher-training instructors o Course evaluations by attendees o Documentation of feedback provided during review modules o Instructor evaluations o Certificate of completion and/or identification card for each instructor (upon successful completion of the course) IV. IT Security The contractor must meet the Department of Commerce IT Security Program Policy and Minimum Implementation Standards (found at http://www.osec.doc.gov/cio/ITSIT/DOC-IT-Security-Program-Policy.htm ). The contractor must also adhere to NOAA and NMFS security policies (found at https://www.csp.noaa.gov/policies/ ). V. Period of Performance The period of performance is from the date of contract award (approximately mid-June 2012) through July 31, 2012. VI. Place of Performance This training will take place at the Northeast Fisheries Science Center, Woods Hole, Massachusetts. VII. Travel Travel will be required as necessary to provide the training at the Northeast Fisheries Science Center. (VII) Date(s) and place(s) of delivery and acceptance : WoodsHole, MA. Period of performance: June 15, 2012 through July 31, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items ( Feb 2012 ), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature, capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), past performance reference (IX) FAR 52.212-2, Evaluation – Commercial Items ( Jan 1999 ), applies to this acquisition. Paragraph (a) is hereby completed as follows: Award will be based on experience, past performance, and price, The Government will evaluate quotations based on the following evaluation criteria: 1) Experience – please provide summaries of evaluation that reflects the ability to provide this service. 2) Past Performance - the RFQ shall include no fewer than two (2) references, including address, phone number, and point of contact. Past performance will be evaluated in terms of timeliness, and general professionalism. 3) Price Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Apr 2012) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial (Feb 2012 ), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Apr 2012) applies to this acquisition. The following clauses under subparagraph (b) apply (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) ( 15 U.S.C. 632(a)(2) ). (19) 52.222-3, Convict Labor (June 2003)( E.O. 11755). (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (O CT 2010) ( 29 U.S.C. 793 ). (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332 ). The following clauses under subparagraph (c) apply: ( 1) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). This RFQ incorporates Wage Determination No.: 2005-2563, Revision No.: 13, Date of Revision: 06/13/2011. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (M AY 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 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:www.arnet.gov (End of clause). The following additional contract requirements or terms and conditions apply 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 1 :00 P.M. EST/EDT on (5/11/2012). All quotes must be faxed or emailed to the attention of Pat McBride-Finneran. The fax number is (301) 713-0518 and email address is patricia.mcbride-finneran@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Pat McBride-Finneran. 301-734-1239, patricia.mcbride-finneran@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NFFKST40-12-03185PMF/listing.html)
 
Place of Performance
Address: Northeast Fisheries Science Center, Woods Hole, Massachusetts, 02543, United States
Zip Code: 02543
 
Record
SN02733819-W 20120429/120428000019-eb9110636780fefd907ddb2c33b2f813 (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.