Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2009 FBO #2898
MODIFICATION

U -- U--USACE Learning Center Training Course - Instructional Services for Crane Safety (Course #032)

Notice Date
10/29/2009
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-10-T-0013
 
Response Due
11/6/2009
 
Archive Date
1/5/2010
 
Point of Contact
Shirley Burke-Mitchell, 256-895-1292
 
E-Mail Address
US Army Corps of Engineers, Huntsville
(shirley.a.burke-mitchell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Engineering and Support Center, Huntsville, has a requirement for instructional services for Basic Crane and Lifting Devices course (3032) to include safety hazards related to the inspection, maintenance, and safe operations to ensure compliance with USACE Engineering Manual (EM) 385-1-1 at http://140.194.76.129/publications/eng-manuals/em385-1-1/2008_English/entire_2008_English.pdf, OSHA, and Federal mandates. Basic requirements are as follows: (a) Base year (FY 2010) with three (3) class sessions: Session 10-01: 22-25 Feb 2010; Session 10-02: 17-20 May 2010; Session 10-03: 12-15 Jul 2010; a one-day dry-run meeting (Date - TBD) limited to two contractor representatives; and Travel. Four (4) Option Years with two class sessions per year plus an option for additional classes if required: FY11: Session 11-01 (25-28 Oct 2010), Session 11-02 (16-19 May 2011), Session 11-03 OPTION (Dates TBD); FY12: Session 12-01 (24-27 Oct 2011), Session 12-02 (14-17 May 2012), Session 12-03 OPTION (Dates - TBD); FY13: Session 13-01 (22-25 Oct 2012), Session 13-02 (13-16 May 2013), Session 13-03OPTION (Dates - TBD); FY14: Session 14-01 (21-24 Oct 2013), Session 14-02 (12-15 May 2014), Session 14-03 OPTION (Dates - TBD); (b) This requirement is to provide student and instructor support materials for a classroom-based course of instruction (32 hours/4-days per session) on the types of cranes and lifting devices used in the US Army Corps of Engineers (USACE); and the hazards associated with these devices per EM 385-1-1. The contractor shall revise and update a current student training course manual and supporting materials not later than 45 days after the post award meeting for review and approval. The contractor shall revise and update current schedule of instruction (SOI) to include pre and post-test material, audiovisual and test materials and provide a final SOI (hardcopy and CD) to the government at the dry run or three weeks prior to the start date of the first course. The contractor shall revise the current instructor lesson plans (ILP) to meet the requirements outlined in the newly developed SOI and provide two (2) copies of the draft (typed) ILP not later than 10 days after post award meeting for review and approval. The contractor shall provide the master copy of the audio-visuals (paper and electronic) at the dry run with the capability to duplicate copies for use in follow on courses. The contractor shall ensure audio visual aids do not contain any copyrighted materials. All audio visual aids developed for this course shall become the property of the government. The Contractor shall revise and update tests (pre and posttest) for measurement of student achievement and deliver a copy of the final pretest and posttest, with answers (hard copy and on CD or disk). The contractor shall provide two (2) instructors at each session. As a team, the instructors' experience shall encompass the operation, maintenance, inspection and other practical aspects of hydraulic, mobile, floating, lattice boom cranes, Electric Overhead Traveling Cranes, and Tower Cranes. The staff shall be experienced in developing, revising, administering and instructing short courses of instruction. The contractor shall provide the government and each student a copy of IPT's Crane and Rigging Training Manual, Mobile-EOT-Tower Cranes (latest edition) with answer booklet. As a minimum the course presentation shall contain the following topics: a) Types of cranes, b) Terminology, design, and construction of cranes, c) Wire rope design and construction, d) Wire rope attachments and sheaves, e) Slings and rigging, f) Use of Crane Load Charts, g) Inspection of cranes, h) Designing and making critical lifts, i) Floating Cranes, j) Hoisted personnel platforms, k) USACE safety and health requirements (to include applicable Consensus Standards), activity hazard analyses, critical lift plans, and safety plans; (c ) Course Length: 32 hours/4-days; (d) Course Location: Huntsville, Alabama; (e) Number of Students per session: 35. Evaluation criteria for both instructors is as follows: 1) Teaching Experience, 2) Work Experience 3) Past Performance, and 4) Safety Knowledge relevant to the requirements of this solicitation: Teaching Experience: Instructors shall have experience teaching at 120 hours per year for the past three years in operation, maintenance, and inspection of hydraulic and lattice boom cranes. Instructors must submit the title of at least two courses taught in the last three years. This shall be documented by providing a list of courses developed; dates developed, and selected samples of materials from each. Work Experience: Instructors should have at least ten years of work experience in the operation, maintenance, and inspection of hydraulic and lattice boom cranes. As a team, the instructors experience shall encompass the operation, maintenance, inspection, and other practical aspects of hydraulic, mobile, floating, lattice boom cranes, Electric Overhead Traveling Cranes, and Tower Cranes. This shall be documented by providing a list of all contracts performed as a prime or major subcontractor awarded within the past three years which are relevant to the efforts required by this solicitation. The list shall include: Contract Number; Description of Services Performed; Place of Performance; Award Amount; Performance Period; Contracting Activity, including point(s) of contact (POCs), e-mail addresses and phone numbers. The Government may exercise the option on or before 01 October of each calendar year. After award of each option, the Government may order post-award meeting to discuss in detail the expected services to be delivered in the respective option year. The meetings, if needed, will be conducted in Huntsville, Alabama. You must have a current registration in the Central Contractor Registration (CCR) database to be eligible for an award. This requirement is set-aside for small business. The solicitation is scheduled to be released on or about 13 November 2009. No telephone calls will be accepted. SEE NUMBERED NOTE 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-10-T-0013/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN01994472-W 20091031/091029235122-ea74adb79e9ff6941aa78b143e644fb5 (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.