Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2007 FBO #2216
MODIFICATION

R -- Tactical Operations Technical Management Support & Training Services

Notice Date
12/19/2007
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912) 1900 Half Street, SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-08-R-MOT010
 
Response Due
1/14/2008
 
Archive Date
6/30/2008
 
Point of Contact
Nina Douglas, Contract Specialist, Phone 202-475-3237, Fax 202-475-3905
 
E-Mail Address
nina.a.douglas@uscg.mil
 
Description
Questions received under Solicitation HSCG23-08-R-MOT010 Question 1: Who is/are the incumbent? If any? Answer: CACI International, Inc. Question 2: Are they eligible to bid for the follow-on work? Answer: Yes Question 3: What is the maximum number of students per class on training and how often per year? Answer: Refer to Paragraphs? 5.1.6.1 through 5.1.6.6 of the solicitation for class sizes and the number of training courses per year. Question 4: Is a certificate required for completion? Answer: Yes, The Coast Guard will issue a graduation certificate upon successful completion of training. Question 5: Would your office entertain a Non-Profit organization as prime and a small business as subcontractor? I say this, because on tight ? budget years like now ---- there is NOT Adequate Funds to go around. Our Company does not pay federal taxes, therefore the funding dollars can go a long way. Answer: This is a full and open competition. There are no restrictions on who can submit a proposal. Question 6: Amendment 2, PARA 1.15, PRS; Will the Government pay for work completed if objectives are not met due to weather or other circumstances out of contractor?s control? Answer: The FAR specifically addresses excusable delays, which extreme weather is one of those excusable delays. Question 7: Amendment 2, PARA 3.0, Government Furnished Property. Will the government supply lap top computers, printers, administrative supplies, government vehicles, gas and cell phones for key individuals. Answer: Desk tops, printers, administrative supplies will be provided to all key personnel. For government vehicle and gas, there are vans to the training facilities to transport while at that facility only. Cell phones will be provided to the following key personnel: Senior CT Expert; Precision Marksman Expert; and Strategic Development Expert. Question 8: Will the government furnish everything required to train USCG personnel regardless of the location? Answer: The Government will provide weapons, ammunition and USCG mobility platforms only. Question 9: Amendment 3, Paragraph 5.1.5.1.2; is this based on 205 man hours per week? Answer: The course is a 5 day a week, 10 hour a day, 5 week course and requires a 4:1 instruction/student ratio, for a maximum of 32 students. Question 10: Amendment 3, Paragraph 5.1.5.1.3; 5.1.5.4; is this based on 355 man hours per week? Answer: The BTOC course is a 5 day a week, 10 hour a day, 7 week course and requires a 4:1 instruction/student ratio, for a maximum of 32 students. ATOC course is a 5 day a week, 10 hours a day, 4 week course and requires a 4:1 instruction/student ratio, for a maximum of 32 students. Question 11: Amendment 3, Paragraph 5.1.5.1.6, how many Direct Action Sections are there? How many sustainment trainers will be required and how many sustainment trainers in charge? Answer: There are 4 Direct Action Sections. How many sustainment trainers are required is incumbent upon the offeror to propose. However, a 4:1 instructor/student ratio is still required. Question 12: Amendment 3, Paragraph 5.1.5.1.7, will the MTT personnel be full time employees under this contract? If so, how many? Answer: It is incumbent upon the contractor to propose its technical approach to the PWS to ensure it meets the stated requirements. Paragraph 5.1.5.1.7 describes the number of MTTs. Question 13: Does the 80 page limitation include the cost proposal or resumes? Answer: The 80 page limitation pertains to the entire proposal submission. Question 14: Paragraph 1.7, Place of Performance, states that ?the place of performance may extend outside the U.S. 50 states as dictated by mission requirements and as directed by Congress?. Please identify specific foreign locations where performance may be required. The specific location may have international tax and OCONUS differential cost implications. Please also advise if the employees will be deployable to war zone locations. Answer: There are NO pre-determined foreign locations for the deployment of Deployable Specialized Forces (DSF) at this time. However, the DSF serves in areas including but not limited to Bahrain, Puerto Rico, Panama, Canada, and the Republic of Philippines. Question 15: Please provide differences between the two types of groups located in Amendment 2? 2.19 DOG (Deployable Operations Group)? A Coast Guard major command that serves as the Type Commander for the MSST, MSRT, and TACLET programs. While not specifically designated as an operational entity, the DOG possesses an organic deployable staff element that can provide a robust Command, Control and Communication capability in case of contingency operations. 2.22 DSF (Deployable Specialized Forces) consists of MSST, TACLET, MSRT, PSU and NSF units: Maritime Safety and Security Teams (MSSTs); Tactical Law Enforcement Teams (TACLET); Maritime Security Response Team (MSRT); Port Security Units (PSUs) and National Strike Force (NSF) Answer: The DOG is a major command supporting the DSF units. They are generally not deployable to any maritime and national security events, though they may provide supporting detachment. The DOG?s functions parallel those of the Naval Special Warfare Command. The DSF are subordinate units to the DOG. These units are all deployable. Question 16: They provide a CLIN00001 Transition-in Support Services but nothing being states as guidelines for this event, can the government provide guidelines for this? No real description for ?Transition Plan Requirements? located in Amendment 2. Answer: The Transition Plan is a two-week (80-hour) period for the new contractor to be on sight and learn from the incumbent, to minimize the impact of the transition. Likewise, at the conclusion of this effort, the contractor wil be required to work with the follow on contractor (should there be a follow on effort) to ease the transition at that time. The objective is for the contractor(s) to familiarize themselves with the day-to-day operations, i.e., equipment, training materials, etc. (transition-in) and (Transition-out) to minimize impact of transition. Question 17: Is it the Government?s intent to make this a limited bid by releasing the RFP as a Service Disabled Veteran Owned Small Business set-aside, located in the Description? Answer: This is a full and open competition. Question 18: The following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1; 5; and 14 through 23. Answer: This clause was inadvertently included; this procurement will NOT be a small business set-aside. As of the posting of these questions, the subject clause is hereby removed from the solicitation. Question 19: There are thirteen Key Personnel positions described in PWS Para 1.4. Where will these key personnel be assigned (i.e. SMTC training courses, MTT or MSRT Chesapeake)? Answer: Some key personnel such as instructors will be assigned to SMTC Camp Lejeune, NC and MSRT Chesapeake, VA. Key personnel will not be assigned to MTT. Other key personnel will be assigned at Coast Guard Headquarters in Washington, DC. Question 20: Paragraph 5.1.4 sub paragraphs define all FFP courses. Solicitation requires offeror to provide pricing IAW associated CLINs for FFP. Sub paragraphs and/or associated CLINs do not define number of students that will attend and course breakdown for lab/class assigned hours (Course Master Schedule). Answer: Refer to Paragraph 5.1.6.1; 5.1.6.2; 5.1.6.3; 5.1.6.4; 5.1.6.4; and 5.1.6.6 for maximum class sizes. Question 21: Will the government provide Course Master Schedule and related Course Administrative Front Matter that supplies competitors with the necessary details to submit a FFP quote that is inclusive of the requirements? Answer: There is no definitive course schedule available as that is dependant upon student availability and mission needs. Question 21: Paragraph 1.3.2.15 of amendment 5 calls out specific ?must? qualifications to include: Graduate of Army, Air Force, or Marine Corps Advanced Military Studies Program and the Strategic Development Expert hold a 3-L designator; does the Coast Guard (DHS) intend to limit competition by requiring the Strategic Development Expert to have: ?X Had graduated from a DOD service military studies program (SAMS)? ?X Served on the Joint Staff in the J5 or J8 shop? ?X Hold a 3 L designator? Answer: It is incumbent upon the offeror to propose those persons or person who can provide the appropriate level of expertise to successfully perform all requirements in support of the Strategic Development Expert requirements as stated in the PWS. Question 22: Will the government consider the long standing Joint Qualifications Officer (JQO) qualifications for 3-L, equivalent To designate as JQOs ? are officers who have completed Joint Professional Military Education (JPME) Phase II (or in the case of RC officers, Advanced Joint Professional Military Education (AJPME)) and a full S-JDA or who have met such additional criteria as prescribed by the Secretary of Defense in Enclosure 3 of DoDI 1300.19, October 31, 2007. Answer: The JQO designator will satisfy the requirement for the 3L designator. Question 23: Would it be possible to obtain an extension on questions until noon December 18, 2007? Answer: No extensions will be granted for the submission of questions. Question 24: In the instructions for evaluation factor 2 (Relevant Past Performance), the RFP states that contractors should ?Include three references?? However, the next paragraph indicates that ?Offerors are required to submit at least 3 Relevant Past Performance references.? We assume that we should provide three reference contracts, no more and no less. Is this a correct assumption? Answer: You are to submit at least three references. You are permitted to submit more if you would like, however, only three are required, if available. If none available, as per the FAR, a neutral rating for relevant past performance shall be noted for that evaluation factor. Question 25: Evaluation factor 1 states that ?Resumes of contractor personnel proposed for this procurement shall be evaluated as part of this evaluation factor.? What else will be evaluated for evaluation factor 1? Answer: In determining the offeror?s Relevant Experience/Proposed Personnel, the Government will be evaluating the collective relevant experience of the offeror as well as the proposed personnel for the key personnel positions. Question 26: Should offerors include a signed statement of commitment from proposed personnel to appear at the end of each resume? Answer: Yes. Question 27: The RFP indicates that the page limit is 80 pages. We assume that this applies only to Paragraphs 1 (Relevant Experience/Proposed Personnel) and 2 (Relevant Past Performance), and that the pricing submission is excluded from the page count. Is this correct? Answer: See answer to question # 13 above. Question 28: May we include a table of contents, cover letter, cover page, list of figures, and acronym list outside of the 80 page limit? Answer: See answer to question #13 above. Question 29: The RFP states, ?Offerors are encouraged to submit your proposal electronically?? Please confirm that it is acceptable for offerors to submit only an electronic version of their proposal, and that hard copies are not required. Answer: That is correct; a hard copy is not required. Electronic submission is highly recommended. HOWEVER, it is incumbent upon the offeror to ensure that their proposal is received by the Government PRIOR to the deadline. Question 30: The solicitation states that offerors are to use the RFP?s estimated T&M ceiling prices in their price proposal. Later, in the next paragraph, the solicitation requests a quote for the T&M CLINs using labor types/categories, price per hour, and total number of hours proposed. Question: a) Are the offerors to base their ceiling prices on the stated CLIN ceilings or the build-up of rates, hours etc, as these appear to be mutually exclusive requirements? Answer: The solicitation stated a historical estimate of not to exceed ceiling for Time and Material CLINs for the offeror?s use in establishing its own proposed estimates for the Time and Material CLINs. There are not stated ceiling CLINS, but estimates for your guidance in determining your own approach to the requirements. Question: b) Will the Government be providing a level of effort to base the pricing for the T&M CLINs? Answer: Please see answer to question above. Question: c) In absence of a level of effort in order to propose a total number of hours for T&M CLINs 00003, 10002, 20002, 30002, 40002 (Technical Analysis Support) and CLINs 00004, 10003, 20003, 30003, 40003 (Program Management Support), will the Government please provide a basis of estimate, such as workload requirements, for this IDIQ task order contract? Answer: The offerors shall use the estimated ceiling amounts for the CLINs that were provided as a basis for the requirements. Question 31: The RFP does not include requirements for CLIN 00001 ? Transition-in Support Services and CLIN 40004 ? Transition-out Support Services, which are Firm Fixed Price. Please provide the requirements for these specific CLINs. Answer: See answer to question #16 above. Question 32: The RFP does not include CLINs for Option Period 5. Request that the CLINs be provided for Option Period 5. Additionally, should CLIN 40004 ? Transition-out Support Services be included in Option Period 5? Please clarify. Answer: See answer to question #16 above. Question 33: Solicitation instructions refer offerors to FAR 52.212-5 (b) and indicate the additional FAR clauses applicable to this procurement are 1; 5; and 14-23. Clause 5 refers to FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). Clause 14 refers to FAR 52-219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004). These two references appear to be in conflict with each other. Request a clarification regarding set-aside status, if any, for this procurement. Answer: See answer to question #18 above. Question 34: What is the Government?s minimum requirement for full-time staff at any Coast Guard location in support of any element of this RFP? Answer: It is incumbent upon the offeror to provide the appropriate level of support to meet the requirements of the PWS at the given locations. Question 35: Is the Government receptive to an offering of mobile training teams and a less robust staff presence? Answer: Mobile training teams are acceptable for some of the training requirements. However, MTTs will not satisfy the requirement for permanent staff presence required to execute the technical support and program management functions of the stated requirements. Question 36: Will the Government supply the FY2008 Coast Guard training schedule for the courses requested under this proposal? Answer: The current schedule that is anticipated for FY2008 is: Basic Tactical Operations Course 28 Apr ? 13 Jun 08 Basic Tactical Operations Course 23 Jun ? 08 Aug 08 Advanced Tactical Operations Course 11 Aug ? 05 Sep 08 (This course will more than likely be replaced by a Basic Tactical Operations Course 11 Aug ? 26 Sep 08) MTT ? 40 (number subject to change) (Mar ? Sep 2008) PM/OT ? 2 (number subject to change) PM/A ?4 (number subject to change) PM/S ? TBD HOWEVER ? this is subject to change due to operational mission needs. Question 37: Will the Government supply the Coast Guard training schedule for FY2007? Answer: Courses completed in FY07. TTC ? 6 ATOC ? 2 MTT ? 28 PM/OT ? 1 PM/S ? 2 PM/ A ?5 Question 38: Will the Government provide the number of trainers who are currently staff employees of the Coast Guard? Answer: There is one trainer that is an employee of the Coast Guard. Question 39: Will the Government provide the number of contract trainers provided to the Coast Guard under the predecessor contract? Answer: This information is not releasable unless obtained under the FOIA process. Question 40: Will the Government provide the number of each course type outlined in the request for proposal and delivered to the Coast Guard last fiscal year? Answer: See answer to question #37 above. Question 41: Will the Government provide a copy of the Program of Instruction for each course outlined in the request for proposal? Answer: This information will be provided to the successful offeror at the Post Award conference. Question 42: Aside from those specifically noted in the request for proposal, what percentage of personnel working on this contract need to have a security clearance, in what positions and at what clearance level? Answer: Please refer to paragraph 1.5 of the PWS. Question 43: Clarification: Travel is a separate ceiling price mentioned by the Government to be included as a ceiling price per this contract and not to be included in our cost proposal for each training session. Is that the correct interpretation? Answer: Travel should be a separate CLIN and the stated ceiling prices should be used and incorporated into your proposal. Question 44: Is it possible to receive a list of interested parties for a possible partnering effort? Answer: Unfortunately, we the USCG do not hold a bidder list, therefore, we do not have a list of interested parties. Question 45: After reviewing the RFP for Tactical Operations Technical Management Support and Training Services, I noticed the historical value data; could you provide the incumbent contractor?s name? I would like to submit a FOIA request for high-level details (award date, contract number). I really appreciate any help you can offer. Answer: See answer to question #1 above. Question 46: For requirements such as Counterterrorism Exercise Planner, Tactical Law Enforcement Liaison, Explosive Ordnance Disposal Expert, etc. does the Government desire these to be stand-alone positions or can they be collateral duties/requirements for instructors who meet the requirements? Answer: It is incumbent upon the offeror to propose their technical approach to satisfy all stated requirements. Question 47: What is the Government's definition of "Precision Marksman"? Answer: An individual trained and equipped to provide precision disabling fire and lawful deadly force using a precision rifle, and who conducts various levels of reconnaissance in support of the tactical commander?s course of action development and execution of the tactical plan. Question 48: Will Aviation Precision Marksman training take place at SMTC or some other designated site? Answer: Location will be determined based on the unit training requirement. Aviation Precision Marksman training has been conducted in San Diego, CA; Jacksonville, FL; Mobile, AL; and Kodiak, AK. in the past. Question 49: Will the Government provide the Aircraft, crew, weapon, etc. for the Precision Marksman/Aviation? Answer: The USCG will provide the aircraft, crew and weapons for the Precision Marksman/Aviation. Question 50: Have the courses and required materials been developed for all courses listed in the solicitation? If not, which courses pend development? Answer: The following course curricula exist: TTC, BTOC, ATOC, ASAI-M The following courses require further development: ASAI-CQC, Fast Rope Master, and all Precision Marksman courses. Question 51: What skill sets are required for the instructors providing MTT? Answer: MTT instructors must have the same background as the TTC/BTOC/ATOC instructors. The following experiences are most relevant: ? Military Special Operations, particularly Counterterrorism ? Federal, State, and Local Law Enforcement Special Weapons and Tactics (SWAT) Operations, Counter-Assault Team Operations, and High-Risk Entry Team Operations. This expertise typically involves a range of competencies, including but not limited to: Combat Marksmanship; Close Quarters Combat; Sniper/Observers; Reconnaissance; Time-Sensitive Mission Planning; C4IT; Use of Force/ROE; Insertion/Extraction TTP (e.g. fast-roping, hook and pole, parachuting); CBRNE warfare; and Tactical Combat Casualty Care (i.e. Tactical EMS). Question 52: Does the USCG have a cadre of instructors they want to use? Answer: The USCG is soliciting proposals to fulfill these requirements. Question 53: What is the length of each course? Without this information, we don?t know how much per diem, DBA, etc will be needed. Answer: Please refer to 5.1.5.1.2 through paragraph 5.1.5.1.9.3. Question 54: In order to appropriately cost, will you provide the number of labor hours per labor category (per base year and option years) and the various labor categories that are allocated per CLIN? Answer: It is incumbent upon the offeror to propose their approach for labor categories and labor mix, based on the estimated ceiling CLIN information provided for the T&M CLINs, along with the FFP CLINs to successful perform all stated requirements in the PWS. Question 55: What are the number of instructors needed for each course and the instructor/student ratio? Answer: See answer to questions #9 through #11. Question 56: Airfare ? does the USCG follow the FAR? In other words, is business class authorized if over 14 hours in each direction (wheels up to wheels down). Answer: Yes, the USCG follows the FAR and as per Section 1.9, all travel shall be reimbursed in accordance with the FTR regulations. Question 57: Is the Contractor expected to procure and/or ship equipment? Answer: No Question 58: Are pre-briefs and/or de-briefs required in Washington or elsewhere? Answer: See Para 1.7 of the PWS. The briefings can occur in several areas which include, but are not limited to Chesapeake, VA, Washington, DC and Camp Lejeune, NC Question 59: Will the USCG coordinate hotels and in country logistics OR is the vendor expected to coordinate? Answer: It is incumbent upon the offeror to arrange all of their own accommodations. Question 60: Will the USCG handle passport and visa issues? Answer: It is incumbent upon the offeror to ensure they have all required documentations for foreign travel. Question 61: Who are the current incumbents and how long have they been under contract? Answer: See answer to question #1 above. Information pertaining to the incumbent can be obtained through the FIOA process. Question 62: Do you have the Performance Work Statements for each FFP CLIN and T&M CLIN? If so, may we see them? Answer: All CLIN requirements are stated within the PWS that is incorporated in the solicitation. Question 63: What are the training locations (Government/Contractor site)? Answer: Please refer to paragraph 1.7 of the PWS. Question 64: Are there cases where the contractor would have to provide the training site? Answer: No, See Para 4.0 of the PWS. Question 65: Will there be a material allowance for each CLIN in case the instructor needs additional paper, photocopies, etc? Answer: See Para 3.0 of the PWS. Question 66: Who will provide the course materials and how long will they be provided? Answer: The USCG will provide all course material to the successful offeror at the Post Award Conference upon award. Question 67: Who will coordinate the classrooms/training sites to be sure adequate facilities, chairs, materials, etc are available? Answer: The USCG will coordinate the classroom/training sites. It is incumbent upon the contractor to ensure the Government is aware of all of the contractor?s needs for that facility, over and above the anticipated requirements (chairs, materials, etc.) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-08-R-MOT010/listing.html)
 
Record
SN01473584-F 20071221/071219231503 (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.