SOURCES SOUGHT
U -- Surveillance Detection Training for Deploying Military Personnel
- Notice Date
- 9/1/2011
- Notice Type
- Sources Sought
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW
- Response Due
- 9/7/2011
- Archive Date
- 11/6/2011
- Point of Contact
- Connie Dillingham, 7034281063
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(connie.dillingham@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Center-National Capital Region (ACC-NCR), 200 Stovall Street, Alexandria VA 22332 on behalf of the U.S. Military Observer Group - Washington (USMOG-W), Rosslyn Metro Centre, 1700 N. Moore Street, Arlington, VA 22209 is seeking Surveillance Detection Training services in accordance with the attached Performance Work Statement and QASP. The ACC-NCR intends to procure these services using small business set-aside procedures in accordance with FAR Part 19 or under unrestricted full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by Wednesday, 7 September 2011, close of business, local time 4:30 p.m. to the ACC-NCR address cited above, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability information submitted, this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns authorized to provide services under NAICs code (928110) 611699, with a size standard of $7 million dollars, are encouraged to submit their capability statements. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability statements must not exceed 2 pages and must be submitted electronically. Any contractor questions must be submitted by e-mail no later than 10:00 a.m., local time, 7 September 2011. No questions will be answered telephonically. Small business concerns are to outline their experiences in the following manner. List work performed that is similar or same in nature to that required in the PWS. Areas or tasks where a contractor does not have prior experience should be annotated as such. Small business concerns are to indicate (1) whether the firm has the financial capability to withstand a negative cash flow concerning this requirement; (2) whether the firm's past performance is relevant to the PWS's requirements, in nature, scope, complexity, and difficulty of work described in the PWS. To assist ACC-NCR in maintaining a list of interested small business concerns for this potential procurement, the following should be provided: name of company, point of contact (POC), address, phone number, fax number, and business size under the aforementioned NAICs code to Connie Dillingham at the address cited below. A firm-fixed price type contract is anticipated. Contractor personnel will not be required to have a current secret or top secret clearance. The period of performance for this procurement is anticipated to be: Base Period: 26 Sep 2011 - 25 Sep 2012; Option Period 1: 26 Sep 2012 - 25 Sep 2013. The contractor will be required to register or be registered on the On-Line Representations and Certifications (ORCA) database, https://orca.bpn.gov/. Also, it must be actively registered with Central Contractor Registration (CCR) at https://www.bpn.gov/ccr/default.aspx. A written Request for Quotations (RFQ), identified as Solicitation W91WAW-11-T-0097, will be posted on or about 10 September 2011. When published, the RFQ must be retrieved and downloaded from this site at that time to provide an offer. No hard copies of the RFQ will be issued. Any amendments to the RFQ will also be posted and must be retrieved from this website. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. Contracting Officer is Donald Leath, Branch Chief, Sector B, donald.leath@conus.army.mil. Questions regarding this notice shall be e-mailed to contractor (Suntiva Executive Consulting Services LLC) support specialist, Connie Dillingham, at connie.dillingham@us.army.mil. Ms. Dillingham may be reached at 703-428-1063. Attached: PWS and QASP _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Performance Work Statement (PWS) For SURVEILLANCE DETECTION TRAINING FY2012 United States Military Observer Group Washington (USMOG-W, HQDA G-3/5/7) PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform Surveillance Detection Training as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. 1.2 Background: The US Army is the Executive Agent for the Department of Defense for all DoD individuals serving worldwide as military observers with the United Nations. The Staff Agent for the US Army for this responsibility is the US Military Observer Group-Washington (USMOG-W). USMOG-W is a Joint Activity attached to the HQDA G-3/5/7. In accordance with Department of Defense Directive 2065.1E, USMOG-W is responsible for ensuring that each of the deploying military observers has received appropriate anti-terrorism and force protection training prior to deployment. Deploying personnel come from all branches of the Armed Forces (Army, Navy, Air Force, Marine Corps) to include the Coast Guard and normally deploy for a six-month rotation. Prior to the six-month rotation, the officers receive the anti-terrorism and force protection training during a three-week course. Deploying military observers serve in austere and isolated remote sites in Haiti, Liberia, Sudan, Egypt, Israel, Iraq, Afghanistan and the Republic of Georgia. Risk of being a target of surveillance is very high. In order to meet this requirement, USMOG-W is requesting to contract for the services to be provided. 1.3 Objectives: The objectives of the Surveillance Detection training and exercises are to introduce the student to the types and patterns of foreign surveillance teams as they occur in the real world and provide the student with the awareness skills to detect and identify both foot and vehicular surveillance. 1.4 Scope: 1.4.A. Training. This training is for US DoD personnel who will serve as United Nations peacekeepers worldwide - these students are not serving as attaches. The contractor will provide a senior instructor who will provide a two (2) hour block of instruction to familiarize students with surveillance and surveillance detection techniques. Following classroom instruction, the contractor will provide a four (4) hour practical exercise. This exercise will consist of three (3) senior surveillance role players (SRPs) who will accompany and instruct students in USMOG-provided vans and three (3) surveillance teams. Each team will consist of two (2) SRPs and two (2) vehicles - i.e. six (6) SRPs and six (6) vehicles. The contractor will conduct an After Action Review with the students following the exercise. The contractor will provide enough instructors and support so that not more than two students will be in one vehicle. 1.4.B. Requirements. Classroom instruction and practical exercises are to be conducted in Old Town Alexandria, Virginia, and vicinity. The contractor will provide a classroom at a local hotel in the area. The contractor will provide all audio-visual equipment, SRP vehicles and required training materials. The class will consist of 20-30 students. The contractor will ensure that each student conducts hands-on of all key training tasks. 1.5 Period of Performance: The FY12 USMOG-W anti-terrorism/force protection courses are required Surveillance Detection training scheduled for two days during the two scheduled time periods. Period of Performance for this task is the date of award for a period of twelve (12) months, with a possible twelve (12) month option. The award dates are anticipated to be: Base Period: 26 Sep 2011 - 25 Sep 2012; Option Period 1: 26 Sep 2012 - 25 Sep 2013. The Government reserves the right to extend the term of this contract at the prices set forth in Section B in accordance with the terms and conditions contained in clause 52.217-9 entitled, "Option to Extend the Term of the Contact." 1.6 General Information: None. 1.6.1 Quality Control: See Quality Assurance Surveillance Plan (QASP). 1.6.2 Quality Assurance: See Quality Assurance Surveillance Plan (QASP). 1.6.3 Government Remedies: The contracting officer shall follow FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" or 52.246-4, "Inspection of Services-Fixed Price" for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 1.6.4 Recognized Holidays: The contractor is not scheduled or expected to perform services on Federal holidays or when USMOG-W offices are closed due to inclement weather, local or national emergencies, administrative closings, or similar government-directed facility closings. Federal holidays are defined as: New Year's Day Martin Luther King Jr.'s Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day 1.6.5 Hours of Operation/Place of Performance: The contractor is responsible for conducting training between the hours of 0700-2000 in the vicinity of Old Town Alexandria, Virginia. 1.6.6 Type of Contract: The government anticipates award of a Fixed-Firm Price contract based on conducting two sessions per year. 1.6.7 Security Requirements: None. 1.6.7.1 Security. The contractor shall be responsible for safeguarding any government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control: None. 1.6.7.3Lock Combinations. None. 1.6.7.4 Conservation of Utilities. None 1.6.8 Special Qualifications: None 1.6.9 Post Award Conference/Periodic Progress Meetings: None 1.6.10 Contracting Officer Representative (COR): The (COR) is identified below: (To be identified at award) The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance: maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements; monitor contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. PART 2 DEFINITIONS & ACRONYMS PWS. Performance Work Statement Contracting Officer's Representative (COR). A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor ACC-NCR. Army Contracting Center, National Contracting Region Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Statement. Best Effort: That effort expended by the contractor to perform within the awarded ceiling price all work specified in this task order (TO) and all other obligations under this TO and the basic contract. This effort includes providing required qualified personnel, properly supervised, and following industry accepted methodologies and other practices. The effort is further characterized by operating at all times with the Government's best interest in mind, using efficient and effective methods, and demonstrating sound cost control. The effort must be identical to the effort that would be expended if this were a firm-fixed price TO and the contractor's profits were dependent upon reducing costs while meeting the Government's requirements in terms and quality and schedule. Failure to provide this required effort may result in the withholding of payment for hours expended that do not qualify as best effort or a reduction in the rate per hour to reflect decreased value of services received. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 GENERAL: The government shall provide, the facilities, equipment, materials, and/or services listed below. 3.2Equipment: None 3.3 Services: None 3.3.1 Utilities. None 3.3Facilities: None. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this PWS. 4.2 Secret Facility Clearance: None 4.3 Facilities: The contractor is responsible for contracting the classroom space and audio/visual equipment as required to properly conduct the training in the Old Town Alexandria, Virginia vicinity. PART 5 SPECIFIC TASKS 5.1 BASIC SERVICES. This instruction is for US DoD personnel who will serve as United Nations peacekeepers worldwide - these students are not serving as military attach s. The contractor will provide a senior instructor who will provide a two (2) hour block of instruction to familiarize students with surveillance and surveillance detection techniques. Following classroom instruction, the contractor will provide a four (4) hour practical exercise. This exercise will consist of three (3) senior surveillance role players (SRPs) who will accompany and instruct students in USMOG-provided vans and three (3) surveillance teams. Each team will consisting of two (2) SRPs and two (2) vehicles - i.e. six (6) SRPs and six (6) vehicles. The contractor will conduct an After Action Review with the students following the exercise. The contractor will provide enough instructors and support so that not more than two students will be in one vehicle. Classroom instruction and practical exercises are to be conducted in Old Town Alexandria and vicinity. The contractor will provide a classroom at a local hotel in the area. The contractor will provide all audio-visual equipment, SRP vehicles and required training materials. The class will consist of 20-30 students. The contractor will ensure that each student conducts hands-on of all key training tasks. PART 6 APPLICABLE PUBLICATIONS 6.1 Publications applicable to this PWS are listed below: None _ _ _ _ _ _ _ SURVEILLANCE DETECTION TRAINING QUALITY ASSURANCE SURVEILLANCE PLAN The contractor services requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of services required for each requirement. These thresholds are critical to mission success. Performance Requirements Summary Specification ItemPerformance ObjectivePerformance Standard (Minimum Acceptable Standard) (MAS)Method of Surveillance Deduction from Contract Price for Not Meeting the MASSample Size Frequency PRS # 1 PWS paragraph 1.4.AContractor will conduct Surveillance Detection training over a two-day period as designated by the USMOG-W. On Day 1, the contractor will provide a senior instructor who will provide a two (2) hour block of instruction to familiarize students with surveillance and surveillance detection techniques and the practical exercise. The contractor will divide the class into two groups for a four (4) hour training exercise. On Day 2, the contractor will conduct a four (4) hour practical exercise for all students. The contractor will divide the students into student teams. Each team will travel on a specific route by USMOG-provided vehicles and on foot and will include one hour on foot with at least two cover stops. Each student team will be followed by at least two contractor surveillance teams. At the conclusion of the practical exercise, the contractor will lead an After Action Review at an indoor classroom with the student teams and the surveillance teams - The student to instructor ratio in the vehicles will be 2-1. 100% Inspection by the COR/ COTR NA100% During course Specification ItemPerformance ObjectivePerformance Standard (Minimum Acceptable Standard) (MAS)Method of Surveillance Deduction from Contract Price for Not Meeting the MASSample Size Frequency PRS # 2 PWS paragraph 1.4.B.Contractor is to conduct two training sessions; each training session will consist of no more than 30 students. The contractor will provide a classroom in the area for the initial training and the After Action Review. The contractor will provide all audio-visual equipment, and required training materials. - Contractor will ensure that each student conducts hands-on of all key training tasks. - Classroom instruction and practical exercises are to be conducted in Old Town Alexandria, Virginia. 100% Inspection by the COR/ COTR NA100% During course Types of Surveillance to select from: Random Sampling: Appropriate for frequently recurring tasks. Evaluate randomly selected samples of the lot to determine the acceptability of the entire lot. 100 Percent Inspection: Appropriate for tasks that occur infrequently. Inspect and evaluate performance each time task is performed. Periodic Surveillance: Evaluation of samples selected on other than 100% or statistically random basis. Validated Customer Complaint: Complaints must be validated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fcb98eb85c1847deb0b2fd07c3ed405c)
- Place of Performance
- Address: Army Contracting Center - National Capital Region (ACC-NCR) 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22332-1700
- Zip Code: 22332-1700
- Record
- SN02558935-W 20110903/110902101928-fcb98eb85c1847deb0b2fd07c3ed405c (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 |