Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
MODIFICATION

U -- Electrical Safety, Operation and Maintenance Professional Services Training

Notice Date
1/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N62473 NAVFAC SOUTHWEST, PW CONTRACTS UTILITY Code RAQ11 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247317R4404
 
Response Due
2/6/2017
 
Archive Date
2/21/2017
 
Point of Contact
Dorothy Fowler 619-532-1451 Dorothy Fowler
 
E-Mail Address
2-1451
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. This Sources Sought is issued solely for market research information to identify potential sources that are interested in, and capable of, performing the work described in this Sources Sought. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. The Naval Facilities Engineering Command (NAVFAC) Southwest is performing this market research to aid in the development of its acquisition approach. NAVFAC Southwest is seeking to identify companies with the capacity, experience and interest in competing for a fixed priced, performance-based contract for Electrical Safety, Operation and Maintenance Professional Services Contract for a performance period of one (1) year. The NAICS code for this procurement is 611430 Professional and Management Development Training. In order to meet the ever changing needs of our current and future workforce, NAVFAC is searching the marketplace for companies that are capable of providing professional and advisory services including training on electrical safety training and conduct filed compliance inspections of standard electrical safety procedures, referred to as Electrical Safe Acts For Employees (ESAFEs). The NAVFAC ESAFE Program was developed to comply with 29 CFR 1910 Occupational Safety and Health Administration (OSHA), the 2015 edition of the National Fire Protection Association (NFPA) 70E Standard for Electrical Safety in the Workplace , and Unified Facilities Criteria (UFC) 3-560-01 Electrical Safety, Operations and Maintenance Guidelines . In addition, there are special training requirements under this contract, since a portion of the work will be dealing with Navy ships, which involves specifically connecting Navy Ships to shore power. Therefore, the trainer(s) shall understand these unique requirements. The ESAFE program components do not stand alone and are designed to be implemented as a whole. The Program objective is to provide the necessary personnel protective equipment (PPE), safety equipment, and procedures to ensure personnel operate electrical equipment in a safe manner. The purpose of this contract is only for training the procedures and verifying compliance. All government personnel at various installations within Navy Region Southwest are required to comply with the ESAFEs being trained. The ESAFE Program outlines the steps to be taken to ensure all installations are operating under the same standards for common systems with the most up-to-date and accurate information. The goals of the ESAFE training and inspection effort are to ensure NAVFAC Southwest (SW) Public Works Business Line (PWBL) Personnel have proper written guidance and training to support a safe working environment around electrical equipment. The proposed contract will provide for professional and advisory services to include training of utility electricians, engineers and other personnel to implement safe procedures and perform proper operation and maintenance of electrical utility equipment. Training on topics or providing recommendations for updates to requested safety documents/references/SOP/BMS processes mainly related to topics identified in the below Table 1. Table 1 a. Electrical Safety (National Electric Safety Code, National Electrical Code, Unified Facilities Criteria 03-560-01 Electrical Safety O and M, National Fire Protection Association (70E, etc.) (51 V through 69,000 V) b. The Control of Hazardous Electrical Energy Lockout/Tagout (LOTO) c. Use and Care of Electrical Protective Rubber Goods d. Working On or Near Exposed and Enclosed Energized Electrical Systems e. Measuring/Testing Parameters of Energized High or Low Voltage Electrical Systems f. Applying Temporary Grounds for Employee Protection g. Live Line Tool Maintenance Care and Testing h. Lockout/Tagout Simple Lockout and Mechanical Energy Control Program i. Standard Operating Procedure for Ship to Shore Electrical Service j. Standard Operating Procedure for Ship to Shore Electrical Service Training techniques and delivery methods will need to be varied depending upon attendees, location, and facilities available. The trainer(s) at a minimum shall have at least ten (10) years of real world experience working with high voltage equipment in the field in order to provide appropriate hands on training and to bring credibility to training the more experienced electricians. The trainer(s) shall also have at least five (5) years of experience in electrical safety training. The company shall conduct at least twenty (20) training sessions per year in electrical safety, further demonstrating their experience in the training field. It is highly desired that the company be very knowledgeable in the setting of standards from recognized safety organizations such as OSHA, Department of Defense Safety Oversight Committee and National Fire Protection Association (NFPA) and be able to provide in depth understanding of the regulatory process. SUMBITTAL REQUIREMENTS: As permitted by FAR Part 10, it is requested that potential sources or interested parties submit a brief capabilities statement package demonstrating the ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm s qualifications to perform the defined work. It is requested that your submittal not exceed five (5) pages. Submit your completed responses no later than 06 February 2017 to the Contract Specialist, Ms. Dorothy Fowler via email at dorothy.fowler@navy.mil. Identify in the subject line of your response: N62470-17-R-4404: Sources Sought Response. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Responses shall at a minimum include the following information: A. Company Profile. To include: (1.) Company Name and Address, (2.) Point of Contact Name/Telephone/E-mail address, (3) DUNS number; (4) CAGE Code; (5) Business Size/Status. B. Capability Statement. Include a narrative describing the Contractor s ability to perform the services listed above. Within the narrative, provide examples of experience in performing efforts of similar scope within the last five (5) years as a prime contractor and/or a major subcontractor. C. Additional Information. a. North American Industry Classification System (NAICS) code. As documented above, the anticipated NAICS Code for this requirement is 611430 Professional and Management Development Training. Provide the Government feedback on the use of 611430 as the NAICS code for the scope of work described within. If industry believes there is a more appropriate NAICS code for this type of work, please identify the specific NAICS code and the reason for the recommendation. b. Provide detailed information on how your company demonstrates on-going efforts to stay current and up-to-date with the latest information, for example having current Certified Electrical Safety Compliance Professional (CESCP) certification from the NFPA. c. If you have a GSA or other contract vehicle that covers these services, provide the contract number and applicable information for that contract. RESPONSES ARE DUE NO LATER THAN, MONDAY, 06 FEBRUARY 2017. LATE RESPONSES WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Dorothy Fowler via email at dorothy.fowler@navy.mil. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS SOURCES SOUGHT MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS. ALL INFORMATION RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS CLEARLY MARKED PROPRIETARY WILL BE HANDLED ACCORDINGLY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9be7164c4ba848e8ec8fcaf3255e9c8a)
 
Place of Performance
Address: NAVFAC Southwest Area of Responsibility, San Diego, CA
Zip Code: 92132
 
Record
SN04365519-W 20170108/170106234021-9be7164c4ba848e8ec8fcaf3255e9c8a (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.