Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2004 FBO #0800
SOLICITATION NOTICE

U -- BASIC FIREFIGHTER TRAINING PROGRAM

Notice Date
2/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
FY5866-04-Q-0005
 
Response Due
2/20/2004
 
Archive Date
3/6/2004
 
Point of Contact
Ronald Hirtle, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227, - Michael Bonheim, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227,
 
E-Mail Address
hirtler@orha.centcom.mil, bonheimm@orha.centcom.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION SHALL NOT BE ISSUED. *****This solicitation, FY5866-04-Q-0005, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and DFARS Change Notice 20040113. The associated NAICS code is 611519.**** The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for a BASIC OR NEW RECRUIT FIREFIGHTER TRAINING PROGRAM. The Basic or New Recruit Firefighter Training Program shall train approximately 4,000 students over a period of 2 years. Trainees shall be provided training to Fire Fighter I, Fire Fighter II, Driver Operator Structural Fire Apparatus, Hazardous Materials Awareness and Operations and UXO Reconnaissance or like/kind, Marine Firefighting for Land Based Fire Departments, Shipboard Firefighting or equivalent training levels. Upon completion of training, trainees shall be awarded certifications at a graduation ceremony. Training shall take place outside of Iraq. All lectures and study materials must be given in Arabic as a main language and/or through translators. Approved course material in English may be used with proper detailing and translation. Course should be longer than 60 days based on each student attending training 6 days a week. Each student shall have 6 hours R&R on weekends. Training shall be conducted in a modern facility. PRE-SCREENING: The awarded contractor shall conduct a pre-screening of prospective candidates prior to the scheduled departure of selected candidates for training. Prescreening must be conducted in a separate, neutral site such as a university campus and must include a literacy test to ensure the applicant can read and write at a high enough comprehension level to pass this training course. Applicants shall be between 18 ? 26 years of age with a high school diploma. The Civil Defense Directorate shall determine the number of applicants for each governorate. MEDICAL SCREENING: Medical screening shall include blood pressure, ECG, and evaluate overall health; physical fitness screen (push ups, jumping jacks, sit ups) to evaluate basic physical and aerobic stamina to determine basic good health in order to participate in the arduous/rigors aspects of fire and rescue training. The applicants shall also be screened by comprehensive blood tests for CBC, ESR, FBS, Creitinine, Urea, GPT< GOT, Alkaline Phosphate, Hepatitis B surface antigen, Hepatitis C antibodies, and HIV 1-2 and drug use/abuse. A physician shall review and clear each candidate. Each candidate shall be vaccinated for flu, hepatitis B 2 weeks prior to departure of to training site. COMPREHENSIVE HEALTH/LIFE INSURANCE must be provided for all students for the entire duration of their training program. A life insurance policy for $20,000.00 per individual must be provided for the entire duration of the training program. TRANSPORTATION: The contractor shall be responsible for transporting each student (round trip) between their governorate to the training location. SECURITY OF THE TRAINEES: The contractor shall be responsible for the safety and security of the students while they are under their contract. UNIFORMS: The contractor shall purchase and issue three complete Iraqi firefighter standard uniforms (either summer or winter depending on the season during training), two sets of jogging suits, one pair of running shoes, four t-shirts, four underwear, and 2 thermal undershirts (seasonal). ROOM AND BOARD: The contractor shall provide neat clean accommodations for each student with a bunk, a mattress, mattress cover, 2 sets of sheets a pillow cases, pillow, and blankets; and locker with lock. The contractor shall also issue an initial personal care kit to include soap, shampoo, deodorant, shaving cream, razors, toothbrush toothpaste and floss, a shoe shine kit, shower shoes, and nail clippers. Bathrooms with a ration of not more than 10 students for every shower, toilet, sink and urinal. LAUNDRY COLLECTION AND DISTRIBUTION: The contractor shall be responsible to provide a laundry service for students at no charge. BARBER SHOP: The contractor shall be responsible to provide a well equipped and manned barber shop to accommodate haircuts for the students. HEALTH CLINIC: Students shall be afforded a 24 hour a day free health clinic manned by at least one doctor and one nurse. There must be at least one additional nurse/medical lab technician during live fire training activities. PHYSICAL EXERCISE AREA: Students shall be afforded an exercise area for joggings and weight equipment for weight training. LIBRARY / STUDY: Students shall be provided a study area and library with current references and research materials relevant to fire and rescue courses, and furnished a minimum of ten operating computers with internet access. CANTEEN AND COFFEE SHOP: The contractor shall provide a facility for students to sit and watch satellite TV and relax. MESS HALL: The contractor shall provide a facility with a fully equipped kitchen to feed students 3 meals per day. Meals must be supervised by a certified nutritionist with a daily distribution of vitamin and mineral supplements as prescribed by the nutritionist. TRAINING DATA BASE: The contactor shall provide a copy of the computer generated student records to the Iraqi Fire and Civil Defense Director General upon the graduation. Student record shall include prescreening test results, new vaccination records , the grades earned of reach course within the training program, and trainers?/lecturer?s written evaluations. The contractor shall also provide the Iraqi Fire and Civil Defense Director General with a instructor recommendation of each student potential advancement. INSTRUCTORS/LECTURES/TRAINERS, and Student Supervisors must be qualified and experienced in the various fields of civil defense, firefighting and rescue. The ratio of students to each of the lecturers, trainers, and supervisors is not to exceed 30:1 during lectures. Furthermore, technical rescue and firefighting exercise where students are engaged fire and smoke conditions or high angle rescue, the ratio of instructor should not be exceed; 5:1 to ensure student safety. FIRE APPARATUS FOR TRAINING: US and or European standards training equipment must be made available, including fire engine/pumpers, water tankers, an aerial tower/ ladder trucks, self-contained breathing apparatus (SCBA), a complete set personal protective clothing (PPE) compliant with international firefighting standards. STRUCTURES FOR PRACTICAL FIRE RESCUE TRAINING: The contractor shall provide approved fire training facilities for live structural fires, search and rescue, collapse rescue, ventilation principles, aircraft fire/crash, hazardous materials spills and UXO reconnaissance. BASIC FIRE AND RESCUE TRAINING CURRICULUM: The training program/curriculum for the recruit trainees must cover all of the following: 2 weeks of physical conditioning, discipline, fire protection history and traditions, basic swimming and water safety followed by, 8 weeks of intensive basic fire fighting, rescue, and physical fitness training. This training shall be conducted 6 days a week following the curriculum of; firefighting; to include fire physics, fire chemistry, fire causes, manual fire extinguisher use, familiarization with the use of ladders, fire and rescue tools and equipment, breathing apparatus, and the use of hose line applications; structure ventilation techniques; forcible entry techniques, fire types and extinguishing substances; hazardous materials and UXO reconnaissance awareness; developing firefighting plans, firefighter safety in the fire station and on the scene, and self-rescue; basic fire and rescue standard operating guides. Rescue techniques from structures, cave-ins, vehicle extrication procedures, First aid and cardio pulmonary resuscitation (CPR), Public safety education and awareness, Radio communications procedures and policies. Testing: Recruit personnel shall be tested periodically to monitor and evaluate written and practical skills. Upon completion of each block of instruction students shall be tested. Upon completion of basic training there shall be an overall written and practical skills test to ensure recruit is competent to graduate to field operations. GRADUATION CEREMONY: the contractor shall conduct a professional graduation ceremony which shall include presentation of certificates, badges, awards, and honors. There shall be exhibitions by graduates in various firefighting, rescue and fires-aid duties to be performed prior at the graduation ceremony. CPA retains the right to inspect the site, training school, and training curriculum and or any other relevant aspect of the training contract prior to awarding the contract and evaluate the quality of the proposed training, facilities, location, and services, as well as the political and cultural environment that may influence the selection process. Electronic copies of the SF1449, Schedule, and Terms and Conditions are available at www.cpa-iraq.org The Contracting Officer shall evaluate quotes on the basis of information furnished by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a Firm Fixed Price contract. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2000); FAR 52.212-2 Evaluation ? Commercial Items. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation of Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price for each item and total price for all items; (2) supporting information for proposed items that demonstrates they understand what the government requires, (3) Contractor?s Duns and Bradstreet (DUNS) number; (4) Contractor?s Cage Code; and (5) an affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAY 2002), and Alternate I (APR 2002); FAR 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders - Commercial Items (MAY 2002) applies to this acquisition. These additional provisions and clauses apply, FAR 52.232-18 Availability of Funds; FAR 52.203-6 (Alternate 1) These clauses may be found in their full text along with the solicitation at www.cpa-iraq.org. Also, FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2003 (Deviation)); FAR 52.233-2 Service of Protest (Aug 1996); FAR 52.233-3 Protest After Award (AUG 1996); FAR 52-223-18 DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001). All interested, responsible firms should submit their quotes electronically to cpa_contracting_acti@orha.centcom.mil no later than 5:00 P.M. (Baghdad Time), 20 Feb 04. The subject line should include the RFQ Number: FY5866-04-Q-0005. Questions in regards to this quotation should be directed to Maj Ron Hirtle at email hirtler@orha.centcom.mil . Faxed quotes shall NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items, and the Schedule found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM and at www.cpa-iraq.org for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Contract. Original Point of Contact Ronald W. Hirtle, Major, USAF, Contracting Officer, Phone 703-343-9224, Fax 703-343-9227, Email hirtler@orha.centcom.mil. Michael Bonheim Email bonheimm@orha.centcom.mil. Place of Performance: Contractor specified. Period of Performance: 2 years from award date of contract.
 
Place of Performance
Address: CONTRACTOR SPECIFIED
 
Record
SN00515180-W 20040205/040203212743 (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.