Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2003 FBO #0738
SOLICITATION NOTICE

U -- Centralized Technical Training for the Federal Railroad Administration's Office of Safety's Training Program

Notice Date
12/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, Federal Railroad Administration (FRA), Office of Acquisition and Grants Services, 1120 Vermont Avenue, NW Mail Stop 50, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
Reference-Number-FRATT-01
 
Archive Date
1/5/2004
 
Point of Contact
Roderic Collins, Contract Specialist, Phone (202) 493-6154, Fax (202) 493-6171, - Illona Williams, Contracting Officer, Phone (202) 493-6130, Fax (202) 493-6171,
 
E-Mail Address
Roderic.Collins@fra.dot.gov, illona.williams@fra.dot.gov
 
Description
The Federal Railroad Administration (FRA) has a requirement to centralize technical training classes in a single location in support of the Office of Safety's training program. Administered by the Safety Improvement and Development Team (SIDT), many of these classes are currently held at various geographic locations throughout the Continental United States, although some highly specialized classes require delivery at very specific locations. These classes are for courses of study developed and delivered by in-house training specialists and FRA will continue to perform these duties using it's own technical training staff. Normal attendance is approximately 20 students per class with each class being 3 to 4 days in length. Specific criteria for this requirement is as follows: 1) geographic location for training must be near a major airport served by a sufficient number of air carriers to ensure reasonable competition and service reliability for various geographic areas throughout the Continental U.S.; 2) proximity to railroad facilities including railroad yards, bridges and highway-rail grade crossings and 3) suitable hotels and restaurants in the surrounding area. The hotels must be in an area considered clean and safe and the cost of the sleeping rooms may not exceed the normal rate established for the geographic area by GSA. The hotels must also meet all Federal Law requirements, receive, at a minimum, a two-star rating from Mobil, or a two-diamond rating from the American Automobile Association (AAA) and be able to provide between 22 and 65 sleeping rooms for each week during the training season. For distances exceeding 15 miles, a reasonably priced airport shuttle service must be available. The hotels should also have at least (3) three restaurants within a one-quarter mile walk, only one of which may be a fast food restaurant. Hotel restaurants count toward the (3) three provided their menu offers a reasonable selection of food choices and the costs are within the "Meals and Incidental Expenses" established by GSA for the geographic area. Site visits to prospective hotels and educational facilities will be conducted prior to contract award. Specific criteria for training rooms is as follows: 1) rooms must have a minimum clear space of (30) thirty square feet per student; 2) columns may not interfere with the clear space and alcoves within the room must not be counted in the measurement; 3) room width may not exceed 60 percent of the room length and near square configurations are preferred; 4) room must have the capability to be set in the following configuration: a team format with four student tables able to accommodate five students per table, the overall space of the training room must afford students enough space for training materials and equipment as well as a minimum of 30 inches of shoulder-to-shoulder space per person; 5) room should include an area with a trainer table for two people, a projector table and a 5 foot screen at minimum; 6) dimensions and set-up of the room must permit the students a clear view of the screen; 7) ceilings must be at least 9 feet high to provide adequate viewing when using visual aid equipment such as LCD Projectors; 8) there must be two separate sets of lighting in the rooms to give trainers the ability to dim some lights when using the projector; 9) there must be sufficient power outlets in the room to accommodate a power strip at each table; 10) audio visual equipment including training (flip) charts, screens, LCD projectors and power cords must be available either as part of the overall package or on a rental basis as needed. FRA considers packaged availability of LCD projectors as added value particularly if these devices are ceiling mounted in the training rooms; 11) refreshments i.e. coffee and soft drinks must be available for break periods and 12) if training rooms are off-site from the hotel, there must be reasonable dining facilities available for the lunch meal. Criteria for reasonable include pricing, menu selection and close proximity to training rooms. FRA employees must be able to walk to any such dining facilities in 5 minutes or less. Specific criteria for transportation is as follows: 1) contractor provided transportation from the airport to the lodging facilities will be considered; 2) successful offerors must provide transportation from training rooms to hotels and vice versa if the rooms are offsite from the hotel. Proposals should specifically reference this requirement and all costs associated; 3) transportation must be readily available at least (30) thirty minutes prior to the start of class each day and immediately available at the end of class each day so as to reduce the imposition of training as well as evening free time for the students. A firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) type contract consisting of one base year beginning 1 April 2004 through 30 September 2004 and inclusive of options is anticipated. The solicitation and any related documents for this procurement will be made available to interested parties through electronic media available for downloading via the Internet at Federal Business (FedBizOpps) at http://www.fedbizopps.gov (formerly Electronic Posting System at http://www.eps.gov) No paper copies of the solicitation will be available. Potential offerors will be responsible for monitoring the internet site for the release of the solicitation and all responsible sources may submit a proposal that will be considered by the agency. A milestone schedule for this procurement will be posted as a modification to this notice no later than 05 December 2003. This is an unrestricted solicitation.
 
Place of Performance
Address: TBD
 
Record
SN00480143-W 20031205/031203211847 (fbodaily.com)
 
Source
FedBizOpps.gov 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.