Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2009 FBO #2685
SOURCES SOUGHT

U -- Sources Sought to gain market knowledge of potential small business sources capable of: Developing and Producing a Risk Management Teaching Program. This is not a Pre-Solicitation or Solicitation Announcement.

Notice Date
4/1/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, WASO - WCP - Denver Contracting & Procurement 7333 W. Jefferson Avenue Lakewood CO 80235
 
ZIP Code
80235
 
Solicitation Number
A0900000301
 
Response Due
4/21/2009
 
Archive Date
4/1/2010
 
Point of Contact
Thomas W. Griffin Jr. Contract Specialist / Contract 3039692408 Thomas_griffin@contractor.nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
This is not a Pre-solicitation or Solicitation Announcement. THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZONE, 8(a), Small Disadvantaged Business, Woman Owned Business, Veteran Owned Business, or Service Disabled Veteran Owned Business (SDVOB), relative to NAICS Code 611430. Responses to this sources sought will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1)Is your business a small business under NAICS code 611430? 2)Does your firm qualify as a small disadvantaged business? 3)If disadvantaged, is your firm certified under Section 8(a) of the Small Business Act? 4)Is your firm a certified HUBZONE business? 5)Is your firm a certified Woman-Owned Business? 6)Is your firm a certified Veteran Owned Business? 7)Is your firm a certified Service Disabled Veteran Owned Business (SDVOB)? Please provide a capability statement addressing your organizations ability to perform as a prime contractor the following work: Develop a program curriculum utilizing existing United Stated Coast Guard (USCG) manuals. Approximately 80-90% of the data and program development shall be taken directly from the Team Coordination Training (TCT) manual derived from the USCG Operational Risk Management (ORM) program. The remaining 10-20% shall be developed by the successful contractor, specifically addressing the National Park Service (NPS) organizational effectiveness and employee efficiencies. The program shall be designed to address NPS employee safety, human error, and improved decision making processes along with safe operational work practices in all NPS areas nationwide. The program shall have components that teach the underlying knowledge and techniques required for employees at all levels of the organization to understand and reduce the potential for human error in NPS operations. The program shall have segments to address and measure risk in single and multi-issue complex operations. The program shall have elements designed to be used proactively in employee development and planning, during work activities, and post action review of accident causation and root cause analysis. The program shall be capable of receiving yearly updates and revisions to be made by the Government Program Manager. The program shall supply two electronic basic training manuals combined with visual media to support service-wide training by NPS instructors. The program shall have components that teach underlying knowledge and techniques required to improve performance, reliability, and effectiveness when working alone and as members of teams in accomplishing a range of activities including those with a high degree of complexity and risk. The program shall supply on-site "Train the Trainer" classroom instructions and a facilitation manual to be utilized at various NPS locations across the United States. Please provide only general capabilities relative to the work described as this is not a solicitation and responses will not be considered as proposals to perform the work. This Is Market Research Information Only. This is not a request for proposal and in no way obligates the Government to award any contract. Please provide responses to this notice to: Thomas_W_griffin@contractor.nps.gov. Telephone responses will not be accepted. Please provide responses in writing no later than April 21, 2009. Responses to this sources sought announcement will not be considered as a response to any solicitation, or a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No Solicitation Is Currently Available at this time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=92c0d6f3eb5471e212893b2ae2067eeb&tab=core&_cview=1)
 
Place of Performance
Address: WASO-WCP-Denver Contracting & Procurement7333 W. Jefferson AvenueLakewood, CO<br />
Zip Code: 80235<br />
 
Record
SN01783302-W 20090403/090401221107-92c0d6f3eb5471e212893b2ae2067eeb (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.