Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12, 2001 PSA #2955
SOLICITATIONS

U -- U -- OUTBOARD MOTOR OVERHAUL TRAINING

Notice Date
October 10, 2001
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826
ZIP Code
32826
Solicitation Number
N61339-02-Q-0001
Response Due
November 13, 2001
Point of Contact
Karen Henderson, Contract Specialist, Phone 407-208-8781, Fax 407-380-4164, Email HendersonKD@navair.navy.mil -- Steve Ograyensek, Contract Specialist, Phone 407-208-8093, Fax 407-380-4164, Email OgrayensekSM@navair.navy.mil
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation N61339-02-Q-0001 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-27. This solicitation is potentially a small business set aside. The SIC Code for this solicitation is 611210 with a size standard of $5.0M. Chief Naval Education and Training (CNET), Training Assessment Division, has tasked the Naval Air Warfare Center Training systems Division (NAWCTSD) to provide local alternative training sources for Outboard Motor Overhaul training to Navy and other military personnel in both the Pearl Harbor, HI, Fleet Concentration Area (FCA) and Ingleside, TX, FCA. This effort will be accomplished under the provisions of a Blanket Purchase Agreement (BPA) with qualified vendors/schools capable of providing the required instruction. The Navy Outboard Motor Overhaul training course, Course Identification Number (CIN)K-652-0237, is the primary training to be provided under this BPA. The product to be purchased under this BPA is a proficiently trained student, meeting the performance and course completion standards as determined by the Local Training Authority (LTA). The training provided by the Contractor will encompass the course scope and learning objectives identified in Attachment A. The Contractor may tailor Government Furnished Courses (GFC) to accommodate its instructional methods and strategies to provide the most efficient training program to Navy. The LTA will provide the BPA Holder with the initial Government Furnished Information (GFI) consisting of the Standard Processes for Homeport Training and course curriculum including the lesson outlines, instructor guides, student guides, publications, student handouts, and course tests. The BPA Holder shall provide the personnel, supervision, management, training equipment and systems (as required), materials, and instructional technology needed to conduct training of Navy personnel. Class length is 10 days, eight-hours/day, Monday through Friday, excluding Government holidays. The throughput for Pearl Harbor is estimated at five convenings per year with approximately 10 students per class. Government facilities and equipment are available for use by the BPA Holder. The throughput for Ingleside is estimated at two convenings per year with approximately 12 students per class. The only Government facilities available at Ingleside are a classroom and large covered outside area with water available. If the BPA Holder provides the training facilities, they shall be within a sixty-minutes drive from the LTA Ingleside LTA Office, and shall be of adequate size/space to conduct the training and shall have acceptable environmental conditions (heat/air) normally found in an academic setting, utilities, and support to ensure undistracted and productive training. Convenings and class size are estimated and may vary from year to year and will also depend on vendor capabilities. The BPA Holder shall provide training often on short notice sometimes with as little as two weeks notice. The Contractor instructors shall be proficient in outboard motor overhaul with a technical training background and shall possess OMC or comparable training certification, or at least the minimum qualifications required by nationally acceptable industry for certification as an instructor in outboard marine motors. Certification from Honda Marine Training Center is also highly desirable for the Pearl Harbor FCA. Certification credentials shall be provided as a part of this solicitation. Additionally, BPA Holder's instructors shall undergo Navy core values and sexual harassment training; and instructors shall be certified in Cardiopulmonary Resuscitation (CPR). CPR Certification must be achieved within two months after award or as agreed upon between BPA Holder and LTA. BPA Holder will be required to access military facilities, therefore a navy base pass is required. Interested vendors should address the following "Factors" in addition to those listed at FAR 52.212-1. a. Instructor Qualifications. Identify instructor qualifications and experience necessary to meet your institution's, the State's and Navy minimal requirements for instruction in the skills to be taught in the Outboard Motor Overhaul course. Identify if you have instructor staff on hand or if you will obtain instructors. Identify your understanding of the instructor competency requirements for each course. Identify your approach for having your instructors receive training in Navy Core values and sexual harassment. b. Institution's Technical Competency. Describe your understanding of the course you propose to teach and the skills and competency requirements to be attained through each course. Identify your approach to how you will plan for and prepare to implement training at different times during the year and on short notice. Also, identify your concept of reporting class status/attendance. c. Curriculum: Indicate whether you propose to use the Government curriculum or your institution's curriculum. If proposing your institution's course, identify how your curriculum meets the course learning objectives and your approach to obtaining Navy approval to use your course. Indicate how you propose to maintain currency in the industry and with any Navy or industry changes to the government curriculum. d. Vendor Training Capacity. Identify proposed facilities (size, environmental atmosphere) support, and equipment for conducting instruction of the course and that they are within 60 minutes or less drive during rush hour traffic from the respective LTA location. Identify the number of class convenings and class size for each course you propose to teach. Describe any BPA Holder equipment, materials and set up if you propose to provide your own for use on the Navy facility or at your own facility. Indicate if the BPA Holder instructor is able to obtain Navy base pass. e. Cost. (1) Identify the instructional cost. Cost is to include all tuition, fees, labs, materials, and such. Identify course materials, kits, books, equipment, shipping and such separately from the tuition and lab fees. Consider that the BPA holder will provide all instructional materials required beyond any government furnished initial copies of lesson outlines, course objectives, instructor and student guides, and special handouts. (2) Identify your projected cost escalation over five years from year 2002 through 2007. f. Past Performance. Provide examples of past/present experience in training military personnel. Indicate any previous contracts/agreements with DoD, contract/agreement number and awarding agency and Point of Contact. Provide copy of any special recognition or letters of appreciation for such training. Provide copy of any news articles that recognize your institution's performance in the area you wish to provide training, or any other indicator of past performance. g. Indicate if your institution accepts credit cards for course payment? h. Provide complete institution name/address/point of contact/phone number. The following is required: The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-2- the following evaluation factors apply: technical capability and past performance when combined are of equal importance to price in determining the best value to the Government. Past performance is less important than technical. Technical factors are instructors' qualifications, vendor's technical competence, and training capability, in descending order. The Government reserves the right to award to multiple offerors in order to meet training needs. 52.212-3: (b), (c)(1)(2)(3)(4)(5), (d), (e) and (h). 52.212-4 (paragraph (i) applies, however, payment is by credit card. 52.212-5 -- the following applies: 52.219-8; 52.219-9; 52.219-14; 52.222-21; 52.222-26; 52,222-35; 52.222-36; 52.222-37; 52.232-33. DFARs 252.212-7000 and 252.212-7001 (the following applies: 252.243-7002, and 252.243-7023. DFARs 252.204-7004, Required Central Contractor Registration. A completed copy of the following must be included with each quote: FAR 52.212-3 and DFARS 252.212-7000. The DPAS rating for this solicitation is DO-C9. FAR 52.211-4. Quotes are due at NAWCTSD, Attn: Karen Henderson, Code 25333, NLT close of business 13 November 2001, and may be sent by FAX to (407) 380-4495 or Email. Quote to be received by closing date. To view attachments go to http://www.ntsc.navy.mil/EBusiness/BusOps/BusOps.htm. Click on Open Acquisitions then select SAP RFQ Notice under document types.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVAIR/N61339/N61339-02-Q-0001/listing.h tml)
Record
Loren Data Corp. 20011012/USOL001.HTM (D-283 SN5103G0)

U - Education and Training Services Index  |  Issue Index |
Created on October 10, 2001 by Loren Data Corp. -- info@ld.com