Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2014 FBO #4542
MODIFICATION

U -- Dam Safety Training and Webinars

Notice Date
4/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
923110 — Administration of Education Programs
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, National Centers Servicing Unit, Fort Worth Federal Center, Building 23, 501 Felix Street, Fort Worth, Texas, 76115, United States
 
ZIP Code
76115
 
Solicitation Number
NDCSMC-683160
 
Archive Date
5/30/2014
 
Point of Contact
George Darin Wilson, Phone: 817-509-3503, Willie Mae Johnson, Phone: 817-509-3505
 
E-Mail Address
george.wilson@ftw.usda.gov, williemae.johnson@ftw.usda.gov
(george.wilson@ftw.usda.gov, williemae.johnson@ftw.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. (ii) This solicitation number NDCSMC-683160 is issued as a Request for Quote (RFQ), and the acquisition procedures at FAR Part 13 are being utilized. We will require a firm fixed price quote and they will be evaluated according to the attached evaluation criteria. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72 effective January 30, 2014. (iv) All responsible sources are encouraged to submit a quote and capabilities statement. The applicable NAICS code is 923110, which has a size standard of 33,500,000. For more information on size standards visit http://www.sba.gov/size. (v) Contract Line Item Numbers (CLINs). See below and attached Statement of Work. (vi) Description of Requirements: State dam safety agencies generally regulate dams built with Natural Resource Conservation Service (NRCS) assistance as part of watershed projects authorized by section 13 of the Flood Control Act of 1944, 33 U.S.C. 7016-1 and the Watershed Protection and Flood Control Act of 1954, 16 U.S.C. 1001-1012. Watershed sponsors own the dams. Watershed sponsors are local units of government established under state law and work in close partnership with NRCS locally in planning, installing, operating, and maintaining dams as critical parts of many watershed projects. These projects are cooperative undertakings by the federal government with states and their local political subdivisions. Inspection and Assessment of Existing Dams is an elemental means to evaluate the condition and maintain these structures in good operating condition. Current NRCS policy and many state agency regulations require inspection and assessment throughout the life of all dams; however, as the structure hazard classification increases, the need to do these critical inspections and assessments increases. The training for entry-level NRCS and state dam safety personnel is necessary to develop the proficiency to conduct the inspections and assessments in a skilled and professional manner. Training in topics related to dam design, construction, operation and maintenance, emergency action planning enhances this proficiency. II. REQUIREMENTS FOR INSPECTION AND ASSESSMENT OF DAMS The intent of this section of the contract is to provide training workshops for NRCS and state dam safety officials on the inspections and assessments of existing dams. The intended result of this training is to increase the knowledge needed and the proficiency to conduct the evaluation for NRCS personnel, and state dam safety officials, and other professionals on the items to inspect, the procedures to assess, and the process required to complete them on existing dams. The actions will improve NRCS's, state dam safety officials, and other professional's ability to assist watershed sponsors and dam owners in these actions. The Contractor shall: 1. Update the current curriculum to incorporate the lessons learned from the previous training workshop with the primary objective of preparing the participants to conduct the inspections and assessments. The workshops shall: a. Educate state dam safety officials, NRCS employees and other professionals about the items to evaluate for earthen embankments and to a lesser extent other types of structures. b. Educate state dam safety officials, NRCS employees, and other professionals about their roles, responsibilities, and liabilities related to the evaluation process. c. Provide training on conducting an evaluation. Provide a draft of the curriculum and training materials for NRCS concurrence to the NRCS point of contact no later than July 31, 2014. 2. Arrange for qualified instructors. Submit resumes for proposed instructors along with the final draft of the curriculum and training materials. For substitutions of instructors after approval of the resumes, the contractor shall provide written notification to NRCS for approval by NRCS. The contractor shall not make substitutions within three working days of the start of the workshops. 3. Propose workshop locations, facilities, and dates. Submit proposed locations along with the final draft of the curriculum and training materials. For substitutions or changes to approved locations, facilities, or dates, the contractor shall provide written notification to NRCS for approval by NRCS. The contractor shall not change the approved locations within 21 working days of the start of the workshops. 4. Conduct two workshops consisting of a minimum of 21 hours of instruction each to a total audience of approximately 100 state dam safety officials, NRCS employees and other professionals. The contractor shall conduct the first workshop no later than November 30, 2014 and the second workshop no later than April 30, 2015. Organize all on-site preparation for the workshops. Oversee marketing of the workshops. Oversee all registration/participant processes. Pay all expenses associated with arranging for and conducting the workshops, including the instructors, training materials and training facility. Participants will be responsible for their own travel costs to attend the workshops. Prepare and provide a copy of all training materials to each participant. Originals of all training materials shall become the property of NRCS upon completion of this contract. 5. Prepare summary workshop reports including final list of participants, evaluation of the training experience, and recommendations for future training needs to include, but not limited to, suggested revisions in the training materials, instruction methods, and locations not later June 30, 2015. III. REQUIREMENTS FOR DAM SAFETY WEBINARS The intent of this section of the contract is to provide dam safety webinar training for NRCS personnel, state dam safety officials, dam owners, emergency managers and other participants with an interest in dam safety. Webinar topics shall include training on topics related to dam design, construction, operation and maintenance, emergency action planning. The intended result of this training is to increase the knowledge needed in all aspects of dam safety activities including dam design, construction, operation and maintenance, emergency action planning. The actions will improve NRCS's, state dam safety officials, and other professional's ability to assist watershed sponsors and dam owners in these actions. The Contractor shall: 1. Provide specific webinar topics and curriculum for dam safety webinar training related to dam design, construction, operation and maintenance, emergency action planning. The webinars shall: a. Educate state dam safety officials, NRCS employees, and other participants about dam design, construction, operation and maintenance, emergency action planning b. Educate state dam safety officials, NRCS employees, and other participants about their roles, responsibilities, and liabilities related to the dam design, construction, operation and maintenance, emergency action planning process. Provide the topic and curriculum for each webinar to the NRCS point of contact at least 45 days in advance of the webinar. In addition, provide the topics and curriculum for all webinars to the NRCS point of contact no later than January 15, 2015. 2. Arrange for qualified instructors. Submit resumes for proposed instructors along with the final draft of the curriculum and training materials. For substitutions of instructors after approval of the resumes, the contractor shall provide written notification to NRCS for approval by NRCS. The contractor shall not make substitutions within three working days of the start of the workshops. 3. Each webinar shall be internet accessible to at least 100 locations simultaneously throughout the United States, including Alaska, Hawaii, and Puerto Rico. Propose webinar date and broadcast facilities. Submit proposed date and facilities along with the final draft of the curriculum and training materials. For substitutions or changes to the approved broadcast facilities or date, the contractor shall provide written notification to NRCS for approval by NRCS. The contractor shall not change the approved broadcast facilities within 21 working days of the start of the webinar. 4. Conduct ten (10) live 2-hour webinars consisting of a minimum of 20 hours of instruction. The total potential audience includes approximately 100 state dam safety officials, 500 NRCS staff, and other participants. The contractor shall conduct all webinars before June 1, 2015. 5. The contractor shall record all webinars for future viewing. The recorded webinar shall have the same content and format as the live webinar. All NRCS employees shall have access to an unlimited number of viewings of the recorded webinar for a period of at least one year after delivery of the webinar. Organize all content delivery of the webinars. Oversee marketing of the webinars. Oversee all registration/participant processes. The contractor shall pay all expenses associated with arranging for and conducting the webinar, including the instructors, training materials and webinar broadcast facilities. Participants will be responsible for their own computer and internet access to view the webinar. Prepare and provide a copy of all training materials to each participant. Originals of all training materials shall become the property of NRCS upon completion of this contract. 5. Prepare a summary report of the webinars, including final list of participants, evaluation of the training experience, and recommendations for future training needs to include, but not limited to, suggested revisions in the training materials, instruction methods, and locations not later June 30, 2015. (vii) Date(s) and Place(s) of Delivery and Acceptance. See above and attached Statement of Work. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR provision 52.212-2, Evaluation-Commercial Items does not to this solicitation. In accordance with FAR Part 13.106-2 an evaluation team of subject matter experts will evaluate the proposals based on past performance and ability. (x) Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This must be completed at SAM.gov and the registration in an "Active" status. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda are not attached. Click here to enter text. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition. FAR 52.252-2 Clauses Incorporated by Reference (FEB 98) - This order incorporates the following clauses by reference with the same force and effect as if they were given in full text. The contractor shall complete any required information items below in applicable provisions/clauses. Clauses clearly not applicable by virtue of the nature of the requirement (e.g., the option clause(s) in a requirement without option quantities or periods), are considered self-deleting. FAR 52.204-2 Security Requirements (AUG 96) - When the order requires access to classified documents. FAR 52.204-7 FAR 52.204-8 System for Award Management (JUL 2013) - in all orders unless an exception applies as listed in FAR 4.1102(a). Annual Representations And Certifications (JUL 2013) FAR 52.204-9 FAR 52.204-13 Personal Identity Verification of Contractor Personnel (Jan 2011) - When performance requires contractor personnel to have access to Department of Agriculture facilities or information systems. System for Award Management Maintenance (JUL 2013) FAR 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development (SEP 00) - When the order specifies that liquidated damages will be charged for late delivery, liquidated damages of $ shall be charged per calendar day of delay. FAR 52.213-2 Invoices (APR 84)- Applies to orders that authorize advance payments for subscriptions or other charges for newspapers, magazines, periodicals, or other publications. FAR 52.213-3 Notice to Suppliers (APR 84)- Applies to unpriced (Not-To-Exceed (NTE)) purchase orders. FAR 52-213-4 Terms and Conditions-Simplified Acquisitions (Other than Commercial Items) (NOV 2013)- Applies to simplified acquisitions that exceed the micro-purchase threshold that are for other than commercial items. FAR 52-217-6 Option for Increased Quantity (MAR 89) - Exercise of the option shall be provided within days of expiration of the current period. (If no specified number of days, the Government may exercise the option quantity up to the last day of the current period). FAR 52.217-8 Option to Extend Services (NOV 99) - Exercise of the option shall be provided within (insert) days of expiration of the current period. (If no specified number of days, the Government may exercise the option quantity up to the last day of the current period). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 00) - Preliminary written notice of the Governments intention to exercise of the option shall be provided within days of expiration of the current period. The Government shall exercise the option period in writing within _ days of the expiration of the current period. (Unless a different number of days is specified above, the days shall be 60 and 30, respectively). FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (NOV 2010) - Include in all solicitations and contracts/orders for the acquisition of supplies that are expected to exceed the micro-purchase threshold. FAR 52.223-6 Drug-Free Workplace (MAY 01)- Applies to all solicitations and contracts, including modifications to contracts issued under FAR 6.3, except- actions under the simplified acquisition threshold (unless awarded to an individual); for the acquisition of commercial items; when performed outside the United States and its outlying areas; if determined by a Law Enforcement Agency Head that application would be inappropriate in connection with the law enforcement agency's undercover operations. FAR 52.232-18 Availability of funds (APR 84)- Applies if order will be chargeable to funds of the new year and the contracting action is to be initiated before funds become available. A clear indication of the application of the Availability of Funds clause to the order should be clearly indicated on the front page of the order. FAR 52.232-23 FAR 52.232-25 FAR 52.232-33 Assignment of Claims (JAN 86) - Applies when the order is expected to exceed the micro-purchase threshold, unless the order specifically prohibits assignment of claims. Prompt Payment (JUL 2013) Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). FAR 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013). FAR 52.232-36* FAR 52.232-39 Payment by Third Party (JUL 2013) - Payment by Government wide Commercial Purchase Card. Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 04) FAR 52.242-15 Stop Work Order (AUG 89) FAR 52.246-1 Contractor Inspection (APR 84) FAR 52.247-29 F.O.B. Origin (FEB 06) - Applies when the delivery term is F.O.B. origin. FAR 52.247-34* F.O.B. Destination (NOV 91) Applies when the delivery term is F.O.B. destination. FAR 52.247-35 F.O.B. Destination within Consignee's Premises(APR 84) FAR 52.249-1 Termination for the Convenience of the Government (Fixed-Price) (Short Form) (APR 84). FAR 52.232-36 Payment by Third Party clause to be included when the Government Purchase Card is used as a vehicle of payment in the order. FAR 52.216-24 Limitation of Government Liability (Apr 1984) FAR 52.216-25 Contract Definitization (Oct 2010) FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) FAR 52.233-3 Protest after Award (Aug. 1996) FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004) FAR 52.244-6 Subcontracts for Commercial Items (JUL 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NBMC/NDCSMC-683160/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03353047-W 20140502/140430235332-a6ac327f7ff52afb3160caf49e254999 (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.