|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1999 PSA#2318U.S. Nuclear Regulatory Commission (NRC, Division Of Contracts Attn:
Vicki Gladhill, Mail Stop T-7I2, Washington, D.C. 20555 U -- EMERGENCY DIESEL GENERATOR COURSE SOL RS-HR-99-284 DUE 050399 POC
Contact Point: Paulette Smith, Contract Specialist, 301/415-6594
(phone) (301) 415-8157 This is a combined synopsis/solicitation for
commercial items prepared in accordance with FAR 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. Proposals are due on 5/03/99
by 3:30 pm at the U.S.N.R.C., Division of Contracts and Property
Management, M/S T-7-I-2, Wash., DC 20555. Solicitation No. HR-99-284
herein is a Request for Proposal (RFP). This RFP is for full and open
competition and the SIC code is 8999. The Nuclear Regulatory Commission
(NRC) intends to issue a Commercial Item, Firm Fixed Price, Delivery
Order Contract for providing instruction for a training course
entitled, "Emergency Diesel Generator Course." The period of
performance will be one (1) year with four (4) one year optional
periods. The contractor shall be required to furnish personnel,
facilities, instructional materials and services to prepare and teach
the "Emergency DieselGenerator" course (hereinafter referred to as EDG)
as ordered by the NRC using the current NRC EDG course materials. This
course is to provide NRC inspectors and supervisors with technical
information and hands-on experience in the operation and maintenance of
EDGs with primary emphasis on EDGs used at commercial nuclear power
facilities. The course will improve their ability to conduct in-depth
inspections and design reviews to determine whether or not such
components meet applicable codes and standards. The contractor's
training facility must be capable of providing students with hands-on
experience in various aspects of EDGs. The NRC reserves the right to
visit the offeror's training facility prior to contract award. ORDERING
INFORMATION-The exact dates of course presentations and geographic
location will be mutually agreed upon by the contractor and NRC Project
Officer at least 60 days before each course. Confirmation of time,
date, place and cost will be by delivery order placed by the NRC
Project Officer. Additional courses may be ordered if warranted by
student demand. Should the NRC determine no later than 30 calendar days
prior to the start of a course that the need is insufficient to conduct
the training, the NRC may reschedule or cancel the course presentation
by written notification to the contractor without obligation to the
Government. KEY PERSONNEL-Course instructors must have expertise in
providing course instruction to, and supervising the activities of,
individuals who have little experience in operation of EDGs to ensure
applicable safety requirements are met. As a minimum, the instructors
having the following areas of diverse experience and expertise are
required: a) practical experience as an instructor in a classroom and
hands-on laboratory setting with EDGs, b) practical experience
performing maintenance on multiple types of emergency diesel
generators, and c) practical experience with various performance
operational tests on multiple types of EDGs. The course instructors
must have broad experience in both four-stroke and two-stroke type EDGs
and a demonstrated understanding of the regulatory issues dealing with
EDGs used at commercial nuclear power facilities. The project manager
and the course instructors shall be considered key personnel under
this contract and will need the NRC project officer approval to
replace. The NRC Key Personnel Clause 2052.215-70 shall be added to the
resultant contract. COURSE-The course is to include instruction on: the
theory of operation of both four-stroke and two-stroke EDGs;
differences in design and operation of major four-stroke and two-stroke
EDG vendors; application of four-stroke and two-stroke EDGs including
principles and techniques used in selecting the appropriate diesel
generator for a given service; theory of operation of hydraulic and
electrical governors including the principles of various standard
hydraulic and electric governors; theory of operation of Air Intake and
Exhaust system, Engine Lube Oil system, Engine Cooling system, Air
Start system, Fuel Oil system, and the Diesel engine and Generator
controls; principles of operation of EDGs; engine alarms including
alarms commonly found on four-stroke and two-stroke applications;
maintenance required by vendor and/or federal regulations; techniques
of troubleshooting EDGs; methods of measuring the operational
performance; experience with and case histories of EDG problems and
failures at commercial nuclear facilities; typical EDG technical
specifications; typical EDG regulatory requirements such as regulatory
guides, IEEE standards, NRC Generic Communications, Information
Notices and Generic Letters; and exercises including but not limited
to: preparation for and start up, loading the electrical generator,
including paralleling operations with an electrical system, shutdown
and post operation system operation, and routine maintenance
operations. Each course presentation shall be approximately 40 hours (5
days) in duration. Class hours shall typically be 8:00 am-5:00 pm each
day, allowing 1 hour fora lunch break. Approximately 7 hours of
instruction time is available per day. Breaks shall be provided at a
frequency of approximately 10 minutes following each hour of
instruction. Course objectives shall be accomplished through a
combination of lectures, discussions, films, demonstrations, and field
exercises providing hands-on experience in the various aspects of
EDGs. The NRC reserves the right to supplement course presentations
with NRC technical experts, if available. The NRC Project Officer will
notify the contractor in advance of the course presentation if
technical experts will be used. The offeror shall also be responsible
for course development, presentation, and other requirements as
follows: 1) provide a detailed course schedule including a breakdown of
course topics and time to be spent on each topic. The offeror shall
also be required to review and update the current NRC EDG course
student manual and instructor manual which were last reviewed and
updated in May 1998. Particular emphasis in the review shall be
concentrated in the area of regulatory requirements, issues and
references which are contained in Chapter 8.0 entitled, "Diesel
Generator Applications," and the Appendices of the current text. If EDG
course presentations or materials are revised, the offeror shall make
appropriate revisions to the EDG course Student Manual during the term
of the contract, and 2) provide training materials for student use
during the course which shall include learning objectives for each
chapter/section. Each student shall be provided with a copy of the
Student Manual. Applicable NRC generic communications (regulatory
guides, information notices, generic letters and inspection plans)
necessary to support the review and update of the student and
instructor manual are available on the NRC INTERNET home page:
(http://www/nrc.gov/NRC/GENACT/GC/index.html).Students shall also be
provided with copies of important visual aids used during the course
presentations and copies of applicable case studies. MATERIALS-The NRC
has a Student manual, Instructor Manual, and examination questions
which have been developed for the "Emergency Diesel Generator" course.
The contractor may utilize the NRC's manuals/examination questions
which meet the minimum requirements for the EDG course. The
manuals/examination questions are available for all offerors by request
to Paulette Smith, Contract Specialist, at (301) 415-6594. The
contractor shall provide training materials for each student including
the following: 1) a student manual which includes learning objectives
for each section (learning objectives shall be used for development of
the course exam, 2) a copy of relevant industry standards and NRC
Regulatory Guides and policy documents relevant to the subject matter,
3) a copy of relevant view graphs used during the course presentation
and not already provided in the student manual, 4) applicable case
histories, and 5) all handouts, i.e., material not included in the
student manual. The use of handouts shall be kept to a minimum and
shall represent material that could not have been incorporated in the
student manual prior to the start of the course. If any of the course
material is revised, the contractor shall provide a copy of the revised
materials to the NRC Project Officer along with a copy on electronic
media compatible with the NRC's computer software. Approximately 12-15
sets of student materials will be required for each course.
FACILITIES-Facilities shall be large enough to comfortably accommodate
a class of approximately 12-15 students sitting at tables large enough
to hold 3-ring binders and several other references. The NRC reserves
the right to inspect the facilities for adequacy. NRC has no facility
to support this course so the course must be held at the contractor's
facility. The contractor is responsible for providing all other
equipment and materials needed for the presentation for both the
contractor's designated training facility. TRAVEL-No travel expenses
will be associated with course presentations to be conducted atthe
contractor's training facility. The cost of travel for any
subcontractors used for training at the contractor's facility is to be
included in the course delivery cost. The contractor is responsible
for transportation for all students between the training site and any
field exercises or demonstrations. DELIVERABLES-1) The contractor shall
provide each student a copy of the student manual in one or more
appropriate sized 3 ring binders. The contractor shall deliver all
course materials for a specific course to the designated training site
or location prior to the start of each training session. At the
conclusion of the course the contractor shall collect, package and ship
the student manuals and any other material distributed during the
course to each student's work address, 2) For contractor facilities,
the contractor shall provide to the NRC Project Officer a map of the
locality where the contractor proposes to conduct the course, clearly
showing the training facility and a list of approximately five
(5)lodging facilities located within a reasonable distance of the
training site with prices (including any applicable taxes) within the
government per-diem limit for the locality. The contractor shall verify
and update this information annually, and 3) deliver computer discs
which contain the written materials developed for the course after
final approval by the NRC Project Officer. The discs shall be in a
WordPerfect 8 or ASCII format. Copies of visual aids used during the
course shall also be provided. REPORTING REQUIREMENTS-The contractor
shall provide the NRC with the following reports: 1) Course
Presentation Report to be submitted within 30 days of completion of a
course presentation. This report shall contain: a) A cover letter
report discussing accomplishments, problems, and recommendations for
improvements. The recommendations shall consider the student
evaluations, b) Original examination booklets and graded answer sheets
(original plus one copy) and a summary of student results including
class averageand standard deviation, c) Original student evaluations
(original plus one copy), and d) Original student information sheets
providing the student's name, business address, business phone number,
name of immediate supervisor, and date of the course. 2) Final Report
to be submitted in accordance with NRC Manual Chapter 3202 thirty (30)
days prior to the end date of the contract along with any government
furnished materials. The report shall contain as a minimum: a) A
technical report of the work completed; b) Any problems or delays
encountered and their solutions; and c) Recommendations for course
improvements. The contractor shall submit one (1) copy of the final
report to the Project Officer and one (1) copy to the Contract
Specialist. OPTIONAL REQUIREMENTS-a) The contractor may be required to
modify all or part of the training materials for the course
presentations at the direction of the NRC Project Officer during the
term of the contract, and b) the NRC may request the contractor to
develop and present any additional specialized course or seminar
related to those in this statement of work during the period of the
contract performance (estimate level of effort of 500 hours). A
specific contract modification shall be issued for these optional
requirements and any travel expenses associated with this work.
PROPOSAL REQUIREMENTS-PRICING-This is a five (5) year contract (base
period of one (1) year and 4 one-year options). The offeror shall
submit an overall cost proposal for the entire period of performance
(inclusive of options). It is expected that at least 1 course will be
ordered during the period of the contract. Additional courses may be
ordered if warranted by student demand. All offerors shall include the
following line items: 1) cost of each course (inclusive of the cost
for the Course Presentation Report), 2) cost for course development,
presentation, and other requirements as stated above under the topic
entitled, "COURSE," and 3) cost of the Final Report. EVALUATION
FACTORS-In accordance with FAR Clause 52.212-2(a), the following
factors shall be used to evaluate offerors: COST-To be considered for
an award, the proposed cost must be realistic and reasonable. Although
cost is a factor in the evaluation of proposals, technical merit in
the evaluation criteria set forth below is a more significant factor in
the selection of a contractor. The evaluation factors are: 1)
Qualification of Contractor Personnel- Subtopics: a) Knowledge, skills,
ability, and experience of subject matter described above (based upon
formal training, education, specific jobs and position experience) (10
pts), and b) Instructional Experience: Quantity and quality of
directly related teaching experience (10 pts); 2) Corporate Experience
and Past Contractor Performance (20 pts), 3) Training Approach (20
pts); 4) Facilities and Equipment (15 pts); and 5) Technical Approach
(25 pts). For Qualifications and Experience of Contractor Personnel,
the offeror shall identify all key personnel, including backup
personnel, to be utilized in the performance of any resulting contract.
Discuss: 1) current and planned availability of all proposed key and
backup personnel. 2) include resumes for all key and backup personnel
(including all instructors) to be utilized in the performance on any
resulting contract. Include educational background; training
background; teaching experience specific to training professional
employees in emergency diesel generator operations and associated
maintenance. Also, include experience in designing and developing
customized training objectives and materials. Resumes shall be directed
to the specific needs of the contract and not be general in nature.
Claims of postgraduate or equivalency degrees from other than
accredited US colleges and universities shall be supported by the
written acceptance by an accrediting source. Related experience (ie,
military experience, regulatory experience, and non-nuclear commercial
industry experience) shall be clearly identified and its relationship
to commercial nuclear experience explained in the resume. Resumes
shall include recent and relevant contracts experience of key personnel
(including contract numbers, points of contact with telephone numbers
and other relevant information). The offeror shall also identify any
former NRC employees that may be utilized in the performance of the
contract and their NRC employment history. To demonstrate Corporate
Experience and Past Contractor Performance, the offeror shall: 1)
Describe, in detail, corporate qualifications and experience in
performing the same or similar work required in this solicitation which
the firm and any of its proposed subcontractors have performed over the
past 5 years; 2) Provide contracts (minimum of 3) for the same or
similar services and references (including contract numbers, points of
contact for technical and contractual with recent telephone numbers,
value of contract and term of contract; and 3) List any current
commitments with other organizations, Government and/or commercial, for
the same or similar effort. For Training Approach, the offeror shall 1)
describe the approach to training using the existing course
information, including method of classroom presentation and hands-on
laboratory sessions; 2) describe the use of movies, videos, view
graphs, and other visual aids and classroom discussion during training;
and 3) describe how the course will utilize the training equipment and
mockups described in Facilities/Equipment below, and include extent of
actual hands-on training using this equipment. NRC reserves the right
to a pre-award visit to the offeror's facilities to observe the
personnel in a real-time training session. Advance notification will be
made to the offeror about the visit. For Facilities/Equipment, the
offeror shall 1) provide for each subject area required above a
description of the equipment or mockups that the contractor shall
utilize to provide training, and describe what capabilities the
facilities have such as the equipment type and age of that equipment.
For Technical Approach, the offeror shall 1) discuss the statement of
work to substantiate the offeror's understanding of the requirement,
and 2) indicate potential problem areas and the approach to be taken to
resolve said areas. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-02. FAR 52.212-1 Instructions to Offerors-Commercial
Items, 52.212-2 Evaluation Commercial Items and 52.212-4 Contract Terms
and Conditions-Commercial items applies to this acquisition. Offers
must submit a completed copy of provision at 52.212-3 Offeror
Representations and Certifications-Commercial Items with its offer. FAR
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items, applies to this acquisition with
the following additional clauses: 52.219-8, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.216-18, 52.216-21, 52.217-9, and 52.247-34.
Direct all questions or inquiries referencing this RFP to Paulette
Smith, Contract Specialist (301) 415-6594. Sealed offers must be
received at the USNRC, Division of Contracts and Property Management,
M/S T-7-I-2, Wash., DC 20555 by 3:30 pm on May 3, 1999. Posted 04/02/99
(W-SN315798). (0092) Loren Data Corp. http://www.ld.com (SYN# 0064 19990406\U-0002.SOL)
U - Education and Training Services Index Page
|
|