SOLICITATION NOTICE
U -- Law Enforcement Training - Attachment Pricing Schedule
- Notice Date
- 5/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
- ZIP Code
- 75247
- Solicitation Number
- HSCEMD-10-BCSC
- Archive Date
- 6/16/2010
- Point of Contact
- Alice M. Hancock, Phone: 2149055458, Lawrence M. Ayers, Phone: 214-905-5496
- E-Mail Address
-
alice.hancock@dhs.gov, lawrence.ayers@dhs.gov
(alice.hancock@dhs.gov, lawrence.ayers@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 Pricing Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, HSCEMD-10-BCSC, is issued as a request for quotation (RFQ) for a Firm Fixed Price contract for Training for Law Enforcement Personnel in accordance with the Performance Work Statement below. Quotes are due by 4:00 pm CST, June 1, 2010. Quotes shall be submitted via email to Alice Hancock, Contract Specialist, alice.hancock@dhs.gov, or faxed to (214) 905-5568. Vendors are responsible for confirming receipt of their quote. Quotes received late may not be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, effective 13 May 2010. This solicitation is set-aside for Small Business concerns. The NAICS Code is 611519 and the small business size standard is $7 Million. To be eligible for award the vendor must be listed with current status on the Central Contractor Registration (CCR) website (www.ccr.gov) and the vendor's representations and certifications must be updated and complete in the Online Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov/. The Government intends to award without discussions, however reserves the right to hold discussions if determined to be in the best interest of the Government. QUOTE SUBMISSION REQUIREMENTS 1. Prices: The contract line items to be priced by the vendor are on the attached Pricing Schedule. Vendors must enter proposed prices on the Pricing Schedule and return it with other required documents as their quotes. 2. Staff: The contractor shall provide a listing by name of each instructor indicating if they are current federal, state, or local law enforcement officers who conduct routine patrols and make criminal interdiction stops and/or seizures in the course of their normal duties. 3. Displays: The contractor shall provide a listing of the vehicles and static displays/training materials the contractor will provide for each training course, including enough description to identify compliance with the required qualifications. 4. Data Access: The contractor shall provide a description of the comprehensive vehicle concealment database to be used at the training events, including enough description to identify compliance with the required qualifications. EVALUATION CRITERIA Quotes will be evaluated according to FAR Part 13, Simplified Acquisition Procedures. Award will be made to vendor whose quote represents the best value to the Government. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Best value will be determined by considering prices and technical qualifications. Technical qualifications shall be considered significantly more important than prices. Technical Qualifications will be evaluated using the following ratings: Staff: Superior: At least 95% of the instructors are current federal, state, or local law enforcement officers who conduct routine patrols and make criminal interdiction stops and/or seizures in the course of their normal duties. Good: At least 75% of the instructors are current federal, state, or local law enforcement officers who conduct routine patrols and make criminal interdiction stops and/or seizures in the course of their normal duties. Acceptable: At least 50% of the instructors are current federal, state, or local law enforcement officers who conduct routine patrols and make criminal interdiction stops and/or seizures in the course of their normal duties. Unacceptable: Less than 50% of the instructors are current federal, state, or local law enforcement officers who conduct routine patrols and make criminal interdiction stops and/or seizures in the course of their normal duties. Static Displays: Acceptable: The contractor shall provide static displays that include at least criminal indicators, one gas tank, one manifold, vehicle upholstery, one air bag, and one spare tire. Unacceptable: The contractor shall provide static displays that do not include at least criminal indicators, one gas tank, one manifold, vehicle upholstery, one air bag, and one spare tire. Commercial Motor Vehicles: Superior: The contractor shall provide 5 or more commercial motor vehicles for the Commercial course Good: The contractor shall provide 4 commercial motor vehicles for the Commercial course. Acceptable: The contractor shall provide 3 commercial motor vehicles for the Commercial course. Unacceptable: The contractor shall provide less than 3 commercial motor vehicles for the Commercial course. Passenger Motor Vehicles: Superior: The contractor shall provide 6 or more passenger motor vehicles for the Passenger course. Good: The contractor shall provide 3-5 passenger motor vehicles for the Passenger course. Acceptable: The contractor shall provide 2 passenger motor vehicles for the Passenger course. Unacceptable: The contractor shall provide less than 2 passenger motor vehicles for the Passenger course. Data Access: Good: Contractor shall provide students access to a comprehensive vehicle concealment database detailing photographs, locations, and concealment methods of various types of contraband secreted within various vehicles that contains accessible information detailed by make, model, and year of vehicles, is web-based in design for law enforcement use only, and must be accessed through an internet user-name/password protected log-on process. Acceptable: Contractor shall provide students with information related to public web sites depicting photographs, locations, and concealment methods of various types of contraband secreted within vehicles. The web sites may be for law enforcement use or use by the general public and may depict make, model, and year of vehicles. Unacceptable: Contractor shall not provide students with information related to public web sites depicting photographs, locations, and concealment methods of various types of contraband secreted within vehicles. PERFORMANCE WORK STATEMENT Overall Objective: The Immigration and Customs Enforcement (ICE), Bulk Cash Smuggling Center (BCSC) is a tactical intelligence center designed to assist law enforcement officers when they encounter bulk currency during roadside motor vehicle stops. The objective of this requirement is to provide comprehensive criminal and terrorist identification and motor vehicle interdiction training to ICE, state and local law enforcement officers to further law enforcement's efforts to interdict bulk currency, contraband, and other criminal activity. Specific Requirements: 1. The contractor shall provide all labor, equipment, materials and transportation to develop, promote and conduct two different training courses related to criminal and terrorist interdiction during commercial and/or passenger vehicle stops that will include blocks of instruction, vehicle stop scenarios, and hands on searches of commercial vehicles loaded with simulated contraband, passenger vehicles loaded with simulated contraband, and other concealment items. 2. Deliverables: a. Lesson Plans: The contractor shall provide a copy of the course lesson plans to the BCSC representative at least 14 days prior to the event for approval. Lesson plan shall meet requirements of the course descriptions stated below. b. Passenger Course: The contractor shall develop, promote and conduct a 2.5-day (22 hour) course of instruction focusing on passenger vehicles for approximately 50 participants per event. To be presented seven (7) times. c. Commercial Course: The contractor shall develop, promote and conduct a 4-day (32 hour) training course focusing on commercial motor vehicles for approximately 75 participants per event. To be presented one (1) time. d. Course Critique: The contractor shall develop a course critique to be given to each attendee upon completion of each event. The critiques shall include directions to the attendee to return the completed critiques directly to BCSC Representative and shall include the BCSC Representative's name, address, email address and FAX number. The contractor shall submit a copy of the course critique to the BCSC representative at least 14 days prior to the first event for approval. 3. Required Qualifications: a. Staff: At least 50% of the contractor's training staff responsible for direct instruction shall be current federal, state, or local law enforcement officers who conduct routine patrols and make criminal interdiction stops and/or seizures in the course of their normal duties. b. Displays: The contractor shall provide static displays of various parts of commercial and passenger motor vehicles for display and subsequent instruction/practical exercises. Static displays shall include, but are not limited to, criminal indicators, one gas tank, one manifold, vehicle upholstery, one air bag, and one spare tire. Additionally, the contractor shall provide at least 3 commercial vehicles for the Commercial course, and at least 2 passenger motor vehicles for the Passenger course similar to vehicles potentially used to smuggle currency and contraband. The vehicles shall contain, but are not limited to natural and constructed hides/voids, similar to those used by smuggling organizations and will be loaded with simulated contraband for instructional and practical search purposes. c. Data Access: Contractor shall provide students with information related to web sites depicting photographs, locations, and concealment methods of various types of contraband secreted within various makes, models, and years of vehicles. 4. Period of Performance: The training events shall be conducted between 15 June and 30 September 2010. Actual dates to be determined by the contractor with concurrence from local ICE Special Agent in Charge (SAC) offices and the BCSC. 5. Location of Performance: The training events shall be conducted at eight separate venue locations across the country. Locations and timeframe of availability will be provided by the local ICE SAC offices with concurrence of the BCSC to the contractor at least 21 days prior to the location's availability. The contractor will determine the dates of training for the location and notify the local SAC office and BCSC representative within 7 days. Locations are subject to change with concurrence from all parties. Current tentative geographic locations for the training are Texas, Colorado, Virginia, Illinois, Nebraska, Washington State, Oklahoma, and Vermont. 6. The contractor will organize, promote, and conduct each training event. The events shall be promoted to State and Local law enforcement agencies only. The contractor may charge individual attendees for participation. 7. The contractor shall allow five (5) ICE personnel to attend each Passenger Course and 10 ICE personnel to attend the Commercial Course. The cost for attendance of the ICE personnel shall be included in this contract. The contractor shall not charge ICE attendees any additional fees for participation. 8. The contractor shall provide a 1 ½ hour block of time during each event for ICE personnel to give a presentation to all attendees. The cost for the time shall be included in this contract. 9. The contractor shall provide sufficient instructors to allow a ratio of at least 1 instructor per 5 attendees. 10. Events shall include morning and afternoon breaks in training, approximately 15 minutes each, and a lunch break of approximately 1 hour. 11. The contractor shall provide all training materials, including vehicle search tools, associated with the training. Attendees shall be requested to provide incidentals (i.e. flashlights, work appropriate clothing). The contractor shall provide, and be responsible for the set-up and dismantling of all static and mobile training aids associated with the training. The contractor will be provided access to the training venue to accomplish this task. 12. The contractor shall provide course completion certificates to each attendee upon completion of each course. 13. Government Furnished Items: The Government shall ensure adequate workspace is provided to accommodate necessary training aids, students, and contractor personnel. The Government will provide the contractor access to the workspace one (1) day prior to the designated training dates to set up training aids and materials. Electricity will be provided at the workspaces at no charge to the contractor. The Government will ensure the venue can be secured during evening hours so that contractor/student materials can be left securely inside during that time. 14. Access Control: The contractor will be responsible for ensuring that all participants entering each day of training present valid, current United States ICE, state or local law enforcement identification. 15. Passenger Course: The contractor shall provide students with comprehensive training relative to the following: 1) Interviewing techniques for officers for roadside encounters. 2) Recognition of evasive/deflecting verbal techniques and body language. 3) Identifying and utilizing clarifying questions during interviews. 4) Instruction on court testimony and current federal case law. 5) Instruction on conducting effective, non intrusive inspection of various passenger vehicles. 6) Detection of natural and constructed concealment methods in a variety of passenger vehicles. 7) Inspection and search of private and vendor owned vehicles, 8) Instruction on specific interview techniques utilized to aid in determining knowledge and/or innocence during roadside encounters. 9) Information on document indicators of possible criminal activity. 10) Detailed, hands on instruction on the safe and proper disassembly and reassembly of natural compartments and voids on commonly used smuggling vehicles. 11) Lecture and group rotations exposing students to contraband concealment methods in gas tanks, manifolds, air bags, bumpers, truck boxes, spare tires, drive shafts, and other vehicle parts. 12) Instruction relating to the identification of explosive materials, improvised explosive devices, and military ordinances. 13) Review of a comprehensive vehicle concealment database detailing photographs and location of contraband within vehicles detailed by make, model, and year of vehicles. The contractor shall verify the user's need for access and ensure that the user is affiliated with law enforcement prior to being granted access 14) Specific detection and concealment methods of contraband within vehicle tires and rims (on and off vehicles). 15) Provide demonstrative instruction on techniques for hiding and detecting contraband and currency within spare and mounted tires. 16) Provide sample police reports and consent to search forms (in English and Spanish). 16. Commercial Course: The contractor shall provide students with comprehensive training relative to the following: 1) Interviewing techniques for officers for roadside encounters. 2) Recognition of evasive/deflecting verbal techniques and body language. 3) Identifying and utilizing clarifying questions during interviews. 4) Instruction on court testimony and current federal case law. 5) Instruction on conducting effective, non intrusive inspection of various commercial vehicles. 6) Instruction and lecture on commercial motor vehicle hazards and searches relating to current motor carrier laws. 7) Detection of natural and constructed concealment methods in a variety of commercial vehicles. 8) Instruction on specific interview techniques utilized to aid in determining knowledge and/or innocence during roadside encounters. 9) Information on document indicators of possible criminal activity. 10) Detection of natural and constructed concealment methods in a variety of commercial vehicles. 11) Detailed, hands on instruction on the safe and proper disassembly and reassembly of natural compartments and voids on commonly used smuggling vehicles. 12) Lecture and group rotations exposing students to contraband concealment methods in gas tanks, manifolds, air bags, bumpers, truck boxes, spare tires, drive shafts, and other vehicle parts. 13) Instruction relating to the identification of explosive materials, improvised explosive devices, and military ordinances. 14) Review of a comprehensive vehicle concealment database detailing photographs and location of contraband within vehicles detailed by make, model, and year of vehicles. The contractor shall verify the user's need for access and ensure that the user is affiliated with law enforcement prior to being granted access. 15) Specific detection and concealment methods of contraband within vehicle tires and rims (on and off vehicles). 16) Instruction specific to concealment methods for currency and other contraband smuggled in commercial motor vehicles. 17) Provide demonstrative instruction on techniques for hiding and detecting contraband and currency within spare and mounted tires. 18) Provide sample police reports and consent to search forms (in English and Spanish). 17. Methods of Performance Measurement: The contractor shall provide each attendee with a course critique to be completed upon completion of each event and mailed directly to the BCSC representative. The BCSC representative will compile the results of the critiques to determine the effectiveness of the training and to provide recommendations to the contractor for changes in course content. SERVICE CONTRACT ACT The Service Contract Act (SCA) applies to this requirement. The labor categories from the SCA Directory, Fifth Edition, Occupational Index, that will be used are 15090: Technical Instructor and 15095: Technical Instructor/Course Developer. The wage determinations applicable to each of the eight locations for this requirement are: Wage Determination 2005-2431, revision 11, 01/07/2010, Love County, Oklahoma Wage Determination 2005-2083, revision 8, 10/15/2009, Pueblo County, Colorado Wage Determination 2005-2537, revision 10, 06/17/2009, Chittenden County, Vermont Wage Determination 2005-2167, revision 8, 06/17/2009, Cook County, Illinois Wage Determination 2005-2563, revision 10, 07/01/2009, King County, Washington Wage Determination 2005-2103, revision 8, 05/26/2009, Arlington County, Virginia Wage Determination 2005-2325, revision 8, 05/26/2009, Douglas County, Nebraska Wage Determination 2005-2509, revision 9, 11/04/2009, Dallas County, Texas In the event the location for a training event requires a different wage determination, the new wage determination shall be added by modification and, in accordance with FAR 52.222-44, the contractor shall be authorized an equitable adjustment based upon actual increase in contract costs required by the new wage determination. CLAUSES AND PROVISIONS: The following provisions and clauses apply to this acquisition: Vendors shall include a completed copy of the provision at 52.212-3, Vendor Representations and Certifications -- Commercial Items, with its quote, as required. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 98) This contract incorporates one or more clauses by reference with the same force and effect as if they were given in their full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address; http://www.arnet.gov/far. 52.212-1 Instructions to Vendors of Commercial Items 52.212-3 Vendor Representations and Certification-Commercial Items (ORCA) 52.212-4 Contract Terms and Conditions-Commercial Item (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders --Commercial Items The following additional clauses are applicable under 52.212-5(b): 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following additional clauses under FAR 52.212-5(c) are applicable: 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Technical Instructor $19.21 - $3.35 Technical Instructor/Course Developer $23.49 - $3.35 (End of Clause) 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment. (Sep 2009) Attachment: Pricing Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/HSCEMD-10-BCSC/listing.html)
- Place of Performance
- Address: Various Conus locations, United States
- Record
- SN02150654-W 20100516/100514235538-3924c032b771c1f37abf7b3ff8a42ca5 (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 |