SOLICITATION NOTICE
U -- CBRN-D Training
- Notice Date
- 5/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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, District of Columbia, 20593-0001, United States
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-13-R-QLT003
- Point of Contact
- Kelson A. Baker, Phone: 2024753716, Robert Mann-Thompson, Phone: 2024753252
- E-Mail Address
-
Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil
(Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The Request for Proposal number is HSCG23-13-R-QLT003 this is the official solicitation for RFI HSCG23-13-I-QLT003. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-66 (April 1, 2013). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 611699 with a small business size standard of $14 Million. This requirement is a TOTAL SMALL BUSINESS SET-ASIDE submissions that do not meet the small business requirement will not be considered. The U.S. Coast Guard intends to establish a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure Chemical, Biological, Radiological, and Nuclear Defense Training for the US Coast Guard with an order period of five years. A minimum of a one (1) class during the ordering period of the contract, and up to a maximum as specified below per contract year may be ordered. The guaranteed minimum order is one (1) class during the period of performance of the contract. Section I: Contract Terms and Conditions FAR 52.212-1 Instructions to Offerors - Commercial items (Feb 2012) applies and is supplemented as follows: Offerors shall submit an electronic version of their proposal in Adobe.pdf format The proposal shall be submitted in three volumes: Volume 1: Technical Approach & Capability Offerors shall provide a detailed understanding of the Statement of Work, a demonstration of Corporate experience with CBRN-D training, Offerors capability to meet Geographic needs, Offerors ability to provide required training within 30 days of award, and the resumes' of personnel designated Key in HSAR 3052.215-70. Volume 2: Relevant Past Performance Offerors shall submit at least 3 relevant past performance references for contracts with the private industry or government instrumentalities (federal, state, or local). References shall include: 1. Name & contact information of the point of contract (PM/COR) 2. Name of Organization 3. A brief description of service 4. Contract Number/Task Order 5. Dollar Value 6. Contract Period of Performance 6. Status (Prime or Sub) Volume 3: Price Offerors shall submit price proposals IAW the CLIN structure below. There will be an additional reimbursable travel CLIN provided by the government. Please do not include the cost of travel in your price per class. CLIN 00001 Description: Domestic Egress Course Year 1 (PWS 5.1) Min Quantity: 1 Max Quantity: 175 Unit: Each Unit Price: ____________ CLIN 00002 Description: Expeditionary Course Year 1 (PWS 5.2) Min Quantity: 1 Max Quantity: 30 Unit: Each Unit Price: ____________ CLIN 00003 Description: Domestic Response Course Year 1 (PWS 5.3) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 00004 Description: Radiation Detection Level II Course Year 1 (PWS 5.4) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 00005 Description: Cost for Addition Instructor based on Class Size Year 1 Min Quantity: 1 Max Quantity: 100 Unit: Each Unit Price: ____________ CLIN 10001 Description: Domestic Egress Course Year 2 (PWS 5.1) Min Quantity: 1 Max Quantity: 175 Unit: Each Unit Price: ____________ CLIN 10002 Description: Expeditionary Course Year 2 (PWS 5.2) Min Quantity: 1 Max Quantity: 30 Unit: Each Unit Price: ____________ CLIN 10003 Description: Domestic Response Course Year 2 (PWS 5.3) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 10004 Description: Radiation Detection Level II Course Year 2 (PWS 5.4) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 10005 Description: Cost for Addition Instructor based on Class Size Year 2 Min Quantity: 1 Max Quantity: 100 Unit: Each Unit Price: ____________ CLIN 20001 Description: Domestic Egress Course Year 3 (PWS 5.1) Min Quantity: 1 Max Quantity: 175 Unit: Each Unit Price: ____________ CLIN 20002 Description: Expeditionary Course Year 3 (PWS 5.2) Min Quantity: 1 Max Quantity: 30 Unit: Each Unit Price: ____________ CLIN 20003 Description: Domestic Response Course Year 3 (PWS 5.3) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 20004 Description: Radiation Detection Level II Course Year 3 (PWS 5.4) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 20005 Description: Cost for Addition Instructor based on Class Size Year 3 Min Quantity: 1 Max Quantity: 100 Unit: Each Unit Price: ____________ CLIN 30001 Description: Domestic Egress Course Year 4 (PWS 5.1) Min Quantity: 1 Max Quantity: 175 Unit: Each Unit Price: ____________ CLIN 30002 Description: Expeditionary Course Year 4 (PWS 5.2) Min Quantity: 1 Max Quantity: 30 Unit: Each Unit Price: ____________ CLIN 30003 Description: Domestic Response Course Year 4 (PWS 5.3) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 30004 Description: Radiation Detection Level II Course Year 4 (PWS 5.4) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 30005 Description: Cost for Addition Instructor based on Class Size Year 4 Min Quantity: 1 Max Quantity: 100 Unit: Each Unit Price: ____________ CLIN 40001 Description: Domestic Egress Course Year 5 (PWS 5.1) Min Quantity: 1 Max Quantity: 175 Unit: Each Unit Price: ____________ CLIN 40002 Description: Expeditionary Course Year 5 (PWS 5.2) Min Quantity: 1 Max Quantity: 30 Unit: Each Unit Price: ____________ CLIN 40003 Description: Domestic Response Course Year 5 (PWS 5.3) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 40004 Description: Radiation Detection Level II Course Year 5 (PWS 5.4) Min Quantity: 1 Max Quantity: 20 Unit: Each Unit Price: ____________ CLIN 40005 Description: Cost for Addition Instructor based on Class Size Year 5 Min Quantity: 1 Max Quantity: 100 Unit: Each Unit Price: ____________ The length of the total proposal inclusive of all volumes shall be no greater than 45 pages. Proposal Submission Deadline: 1200 ET on May 28, 2013 via the document submission option provided by FedBizOpps. Proposals submitted via other methods may not be considered. Question Submission Deadline: 1700 ET on May 10, 2013 via email to Kelson Baker at Kelson.A.Baker@uscg.mil. Offeror shall submit each volume as a separate document file. File format shall be compatible with the standard USCG image (MS Vista, Office 2007, and Adobe Acrobat 8.0) Additional terms, conditions and requirements that shall be submitted are as follows: The offerors shall sequentially number all pages of each volume. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. This is a best value acquisition using the trade-off approach. The USCG intends to award single award IDIQ contract resulting from this solicitation to the responsible offeror whose offer is most advantageous to the Government. THE GOVERNMENT INTENDS TO AWARD THIS IDIQ WITHOUT DISCUSSIONS OR NEGOTATIONS. ALL PROPOSALS WILL BE CONSIDERED TO BE THE FINAL PROPOSAL. Selection and award of the IDIQ Contract will be based in descending order of importance: 1) Technical Approach, 2) Price, and 3) Relevant Past Performance. Technical Approach is the most important factor, followed by Price and lastly by Relevant Past Performance. The USCG will evaluate the offers that meet the requirements of the solicitation against the following evaluation criteria: Factor 1:Technical Approach and Capability The Government will evaluate each offeror's technical approach and capability to determine their capacity to meet all the requirements outlined in the PWS this will include the evaluation of the understanding of the Statement of Work, Corporate Experience with providing CBRN training, Offerors capability to meet Geographic needs, Offerors ability to provide required training within 30 days of award, and the resumes' of personnel designated Key in HSAR 3052.215-70 meet with the requirements set forth in Section 1.3. Factor 2:Price The Government will evaluate the total overall price excluding travel. It is DHS policy that pricing for competitively negotiated contracts should be based on adequate price competition. However, in the event only one responsible offeror is obtained as a result of this solicitation, that offeror may be required to submit either Certified Cost Pricing Data (FAR 15.403-4) or Data Other Than Certified Cost Pricing Data (FAR 15.403-3) to support price negotiations. Factor 3: Relevant Past Performance The Government will evaluate the past performance of the offeror for relevancy. The offeror shall provide past performance information for services directly related and relevant to the services to be performed under the PWS. To be considered relevant, the services must have been performed within the past three years. The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. FAR 52.212 - 3 Offeror Representations and Certifications - Commercial Items (Dec 2012) is hereby incorporated by reference. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) is hereby incorporated by reference. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] _X_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Mar 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.216-18 ORDERING (OCT 1995) a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 5 years (60 months) after date of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 EA of the listed CLIN, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of IDIQ per year maximum as specified per CLIN; (2) Any order for a combination of items in excess of IDIQ per year maximum as specified per CLIN; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after one year following the expiration of the IDIQ contract. FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in 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://farsite.hill.af.mil/vffar1.htm 52.203-7 Anti-Kickback Procedures(October 2010); 52.233-2 Service of Protest (Sept 2006); 52.227-14 Rights in Data General (Dec 2007); 52.245-1 Government Property (June 2007); and 52.252-6 Authorized Deviations in Clauses (Apr 1984). (End of clause) HSAR 3052.209-72 ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting, if applicable, will be specified on each task order. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. (End of clause) HSAR 3052.215-70, KEY PERSONNEL OR FACILITIES (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel or Facilities under this Contract: Project Manager and Instructors (End of clause) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) Section II: Notice for Filing Agency Protests It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202-372-3695 Contracting Office Address: USCG Headquarters (CG-9121) 2100 2nd St. SW Washington, DC 20593-0001 Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3781 Point of Contact: Kelson A. Baker Contract Specialist (CTR) Kelson.A.Baker@uscg.mil Phone: 202-475-3716 Section III: Performance Work Statement Date: April 25, 2013 1.0 GENERAL. 1.1 SCOPE. The United States Coast Guard Marine Law Enforcement Academy(MLEA) requires training support services to provide state of the art Chemical, Biological, Radiological, & Nuclear (CBRN) Defense training to all required USCG personnel as directed by FORECECOM and The Coast Guard Maritime Security (Counterterrorism) Division (CG-DOD-2). 1.2 BACKGROUND. The USCG has delivered the Chemical, Biological, Radiological, & Nuclear Defense Program (CBRN-D) Course to its members since 2005. The CBRN-D Course is delivered in one of four formats depending on the individuals' mission and current assignment. The four formats are the Domestic Egress Program (DEP), the Expeditionary Training Program (ETP), the Domestic Response Program (DRP), and the Radiation Detection Program. The existing CBRN-D Course curriculum materials were developed for each of the four formats/programs by the Maritime Law Enforcement Academy (MLEA). Annual CBRN-D Course curriculum reviews are conducted and course materials are revised based on these reviews by MLEA. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a highly qualified Project manager to assume the tasks associated with direct management of both the field instructors and the Radiation Detection instructors. This Project Manager shall be responsible for all work performed under this contract and ensure that all training requirements are fulfilled, receive and review End of Visit Reports (EOVRs) from field instructors at the conclusion of field training and submit those EOVRs to the Government, submit monthly training and personnel summary updates, and serve as the first point of contact representative for all contract employees. The Project Manager is further designated as Key by the Government (See PWS 1.4). 1.3.1.1 Must possess a minimum of 5 years experience as a military, law enforcement, of government public health CBRN-D Subject Matter Expert, OR have 5 years experience in an equivalent Military Occupational Specialty (MOS), OR equivalent experience in the private sector with a B.S. and 7 years of documented experience either instructing or developing instruction for CBRN-D training. CBRN-D training experience aboard a variety of military floating and shore units is preferable. 1.3.1.2 The PM shall be a single point of contact for the Contracting Officer's Representative (COR). 1.3.1.3 The PM shall be available to the COR via telephone between the hours of 0800 and 1700 Eastern Time, Monday through Friday. 1.3.1.4 The PM shall have a High School Diploma or equivalent. 1.3.2 Qualified Personnel. The contractor shall provide highly qualified personnel to perform all required tasks. All Contractor employees supporting this task order shall be citizens of the United States. The contractor shall notify the Coast Guard of any changes to personnel assigned to the project. 1.3.2.1 CBRN-D Field Instructors: The contractor shall provide highly qualified non-resident instructors knowledgeable in CBRN-D to perform applicable exportable field training tasks. Qualified instructors shall meet the following qualifications: 1.3.2.1.1 Must possess a minimum of 5 years experience as a military, law enforcement, of government public health CBRN-D Subject Matter Expert, OR have 5 years experience in an equivalent Military Occupational Specialty (MOS), OR equivalent experience in the private sector with a B.S. and 7 years of documented experience either instructing or developing instruction for CBRN-D training. CBRN-D training experience aboard a variety of military floating and shore units is preferable. 1.3.2.1.2 A minimum of 2 years experience as a primary classroom instructor providing training, preferably with a Certified Technical Trainer (CTT) certification or an equivalent Military Occupational Specialty (MOS) code. 1.3.2.1.3 Ability to walk, stoop, and bend. Frequently lift items weighing up to 10 pounds and occasionally up to 75 pounds. 1.3.2.1.4 Maintain good physical fitness. 1.3.2.1.5 High school diploma or equivalent. 1.3.2.2 Radiation Detection Instructors: In accordance with reference (f), the contractor shall provide highly qualified instructors knowledgeable in Coast Guard-specific Level I and II Radiation Detection and Hazardous Situations scenarios to perform instructor duties at the MLE Academy. Qualified instructors shall meet the following qualifications: 1.3.2.2.1 Must possess a minimum of 5 years experience as a military, law enforcement, of government public health CBRN-D Subject Matter Expert, OR have 5 years experience in an equivalent Military Occupational Specialty (MOS), OR equivalent experience in the private sector with a B.S. and 7 years of documented experience either instructing or developing instruction for CBRN-D training. CBRN-D training experience aboard a variety of military floating and shore units is preferable. 1.3.2.2.2 A minimum of 2 years experience as a primary classroom instructor providing training, preferably with a Certified Technical Trainer (CTT) certification or an equivalent Military Occupational Specialty (MOS) code. 1.3.2.2.3 Ability to walk, stoop, and bend. Frequently lift items weighing up to 10 pounds and occasionally up to 75 pounds. 1.3.2.2.4 Maintain good physical fitness. 1.3.2.2.5 High school diploma or equivalent. 1.3.2.2.6 The Government desires these instructors to reside near the Charleston, SC area due to the frequency (every other week on average) of this course. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the MLE Academy and the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the MLE Academy and the Contracting Officer. The Government may designate additional Contractor personnel as Key at the time of award. 1.5 PERIOD OF PERFORMANCE. The period of performance is five years (60 months) from the date of award. 1.6 PLACE OF PERFORMANCE. The place of performance shall be at Government sites near the following Metropolitan areas: Juneau, AK Honolulu, HI Seattle, WA Portland, OR Alamdea, CA San Francisco, CA Cleveland, OH St. Louis, MI Houston, TX Corpus Christi, TX Boston, MA Washington, D.C. Portsmouth, VA Charleston, SC Jacksonville, FL Miami, FL 1.6.1 Scheduling: The Government shall provide the contractor 30 days notice prior to all desired course convening's. 1.7 HOURS OF OPERATION. Contractor employees shall generally perform all work between the hours of 0700 and 1700, Monday through Friday (except Federal holidays), unless otherwise required to meet the schedule and travel requirements. 1.8 TRAVEL. Travel is anticipated on this contract. All travel shall be approved in advance and in writing by the COR on this contract. If travel is authorized and directed by the COR, the Contractor shall be reimbursed for direct costs in accordance with FAR 31.205-46 for transportation, lodging, and meal per Diem. The USCG will not reimburse indirect costs such as G&A, burdens, or labor costs to and from the travel destination. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 COR- Contracting Officer's Representative 2.2 KO - Contracting Officer 2.3 DHS - Department of Homeland Security 2.4 PM - Project Manager 2.5 PWS - Performance Work Statement 2.6 USCG - United States Coast Guard 2.7 CBRN-D - Chemical, Biological, Radiological, and Nuclear Defense 2.8 MLEA - Maritime Law Enforcement Academy 2.9 FORCECOM - Force Readiness Command 3.0 GOVERNENT FURNISHED RESOURCES. 3.1 The Government shall provide a Job Familiarization Record (JFR) to all newly hired instructors as well as the most updated version of the CBRN-D curriculum & associated training materials. 3.2 The Government shall provide necessary classroom space, projectors, and access to network computers to conduct classroom training and hands-on scenarios 3.3 The Government shall furnish the following resources for all CBRN-D Field instructors, categorized by training program: Domestic Egress Program Training Kit ITEMQTYUNIT OF ISSUE GAMIC15each Gas Alert Quattro1each RSDL Trainer2kit Chameleon Armband1each Chameleon Cassette (Low PH)1each Chameleon Cassette (High PH)1each Chlorine/Fluorine Cassette1each Hydrogen Sulfide Cassette1each Phosgene Cassette1each Phosphine Cassette1each GAMIC15each Sulfur Dioxide Cassette1each Iodine Cassette1each Sealine Bag (Orange)1each Tyvek Suit1each AFS Boots1pr. JB2GU gloves1pr. M-40 Mask (Med)8each M-40 Mask (Large)4each M-40 Mask (Small)4each FR-64 Filters2each C2A1 Canister4each Respirator Wipe2box PRD's New15each PRD Holder1each CS-137 RAD Source4each SRX-10 O2 Sensor4each SR-W04 LEL Sensor2each H2S & CO2each Calibration Gas1each GAMIC Cal-Kit1kit Large Pelican Case2each Medium Pelican Case2each Orange Pelican Case2each Rad Repair Procedures(A)each Emergency Response Guidebook (ERG)(A)each Note: (A) Dependent on student load. Domestic Response Program Training Kit (M40A1 Variant) ITEMQTYUNIT OF ISSUE M40A1 Mask (Medium)1each AP-PPE Suit (RFI) (Training Use Only)1each AP-PPE Training Suit1each CG-CB Dry Suit1each C2A1 Filter (A)2each FR-64 Filters1each Chemical Tape Strips3each RSDL FRI (Green) (3 pack)1each RSDL Trainer (Blue) (3 Pack)1each M295 Mitts (RFI) in package2each M295 Mitts (non-RFI) Mitt out of package1each Trauma Sheers2each Chameleon Armband3each Chameleon Cassette (Low PH) (B)10each Chameleon Cassette (High PH) (B)10each Chlorine/Fluorine Cassette (B)10each Hydrogen Sulfide Cassette (B)10each Phosgene Cassette (B)10each Phosphine Cassette (B)10each Sulfur Dioxide Cassette (B)10each Iodine Cassette (B)10each Sealine Bag (Black, 75L)1each JB1GU Gloves, vacuum packed1pr. JB1GU Gloves, (Open) (C)1pr. JB2GU Gloves, vacuum packed1pr. JB2GU Gloves, (Open) (C)1pr. IFS Socks, vacuum packed1pr. IFS Socks, (Open) (C)1pr. Tyvek Suit (D)1each Respirator Wipes20each AP-PPE suit Sleeve, cut out Demo (E)1each AP-PPE Suit Hood, cut-out Demo (E)1each Notes: (A) C2A1 filters, one for demonstration mask, one for handout. (B) Additional Chameleon tickets for demonstration purposes. (C) Used for AP-PPE suit dress out. (D) Tyvec or other suit used for cut-out demonstration as part of DECON. (E) AP-PPE suit sleeve and hood are salvaged from already cut AP-PPE suits used for Demonstration. Domestic Response Program Training Kit (M53 Variant) ITEMQTYUNIT OF ISSUE M53 Mask (Medium) with VPU, carrier, and Clear Outsert1each AP-PPE Suit (RFI) (Training Use Only)1each AP-PPE Training Suit (F)1each CG-CB Dry Suit1each Avon GP Filter (for M53 mask) (A)2each C2A1 Filter1each FR-64 Filters1each Chemical Tape Strips3each M53 Mask Clear Outsert1each M53 Mask Sunlight Outsert1each M53 Mask Amber Outsert1each M53 Mask Green Outsert1each M53 VPU Module2each CR-123 Batteries (for VPU)4each M53 Mask internal mic module2each Camelbak-X Hydration pack1each Camelbak Cleaning Kit1each RSDL FRI (Green) (3 pack)1each RSDL Trainer (Blue) (3 Pack)1each M295 Mitts (RFI) in package2each M295 Mitts (non-RFI) Mitt out of package1each Trauma Sheers2each Chameleon Armband3pr. Chameleon Cassette (Low PH) (B)10pr. Chameleon Cassette (High PH) (B)10pr. Chlorine/Fluorine Cassette (B)10pr. Hydrogen Sulfide Cassette (B)10pr. Phosgene Cassette (B)10pr. Phosphine Cassette (B)10each Sulfur Dioxide Cassette (B)10each Iodine Cassette (B)10each Sealine Bag (Black, 75L)1each JB1GU Gloves, vacuum packed (C)1pr. JB1GU Gloves, (Open)1pr. JB2GU Gloves, vacuum packed (C)1pr. JB2GU Gloves, (Open)1pr. IFS Socks, vacuum packed (C)1pr. IFS Socks, (Open)1pr. Tyvek Suit (D)1each Respirator Wipes20each AP-PPE suit Sleeve, cut out Demo (E)1each AP-PPE Suit Hood, cut-out Demo (E)1each Notes: (A) Additional GP filters, one for demonstration mask, one for handout. (B) Additional Chameleon tickets for demonstration purposes. (C) Used for AP-PPE suit dress out demonstration. (D) Tyvec or other suit used for cut-out demonstration as part of DECON. (E) AP-PPE suit sleeve and hood are salvaged from already cut AP-PPE suits used for Demonstration. (F) AP-PPE training suit may be gotten from unit being trained if equipment on hand. Expeditionary Training Program Kit ITEMQTYUNIT OF ISSUE Small Short Trouser2each Small Short Jacket2each Medium Reg Trouser4each Medium Reg Jacket4each Medium Long Trouser2each Medium Long Jacket2each Large Regular Trouser2each Large Regular Jacket2each Large Long Trouser2each Large Long Jacket2each Chemical Boots(A) Chemical Gloves(B) M-40 Mask Small/w carrier4each M-40 Mask Medium/w carrier8each M-40 Mask Large/w carrier4each M256 Kit (Actual)1each M256 Kit (Trainers)2box M8 Detector Paper2booklet M9 Chemical Detector Tape2roll RSDL Trainers1box NAAK Kit (Trainers)2box Atropine Trainers(Single) 2-PAM Trainers(Single) ATNAA2box CANA (Trainers)2box Canteen w/M1 Cap15each Web belt Medium2each Web belt Large2each C2A1 Canisters20each Porta-Counts4each Respirator Wipes2box Green MOPP bag2each Porta-Count adaptors(C) Pelican cases (large)(D)each Pelican cases (medium)(E)each CBR-D Equipment Sizing Data Sheets(F)each Notes: (A) 1 S; 10 L; 15 XL; 10 XXL. (B) 2 S; 15 M; 15 L; 2 XL. (C) 4 each (For MCU & M40) 4 each (for M53 masks). (D) 3 each Model #1690. (E) 2 each Model #1630. (F) Dependent on student load. All variations of the program have the following items in common: ITEMQTYUNIT OF ISSUE Pretest(A)each Post Test(A)each Critique Forms(A)each Roster Forms2each Laptop Computers (B)1each Projector1each Projector Power Cable1each Projector Video Cable1each Replacement Lamp1each Power Strip1each Extension Cord (HD)1each Notes: (A) Dependant on student load. (B) MicroSoft Office Required. 3.4 The Government shall furnish the following resources for all Radiation Detection Level II Operators Course instructors: Nomenclature Plain Language DescriptionAccounted Quantity Personal Radiation Detector (PRD)100 Radioisotope Identification Device (RIID) identiFINDER-U (ID-U)25 Radiation Backback (RADPACK)15 Human Portable Radiation Detection Communications Package (HCP)21 3.5 For the Radiation Detection Course the Government shall provide highly qualified specialists from the Savannah River National Laboratories Applied Research and Development Laboratory at the U.S. Department of Energy's (DOE) Savannah River Site (SRS), to deliver guest instruction at the MLE Academy's Radiation Detection Level II Operators course (one instructor per convening). In addition, the specialists shall furnish the following resources: Nomenclature Plain Language DescriptionAccounted Quantity Eight source tabs (Na-22, Mn-54, Co-57, Co-60, Cd-109, Ba-133, Cs-137, Eu-152)16 (2 boxes of 8) Cesium rope1 Commercial grade smoke detector2 California-252 sources2 4.0 CONTRACTOR FURNISHED RESOURCES The Contractor shall furnish, labor, materials, and services necessary to fulfill the requirements of this contract, with the exception of items detailed in Section 3.0. 5.0 REQUIREMENTS. 5.1 Domestic Egress Course 5.1.1 The Contractor shall provide instruction of the Domestic Egress course curriculum. The course curriculum will be provided by the Government. The Domestic Egress course curriculum will include an introduction on the overall CBRN-D program and Hazardous Materials (HAZMAT) focusing on equipment and policy training including lectures and hands-on training in the use and maintenance of CBRN-D Program equipment such as Gas Alert Micro 4 (GAMIC-4), Chameleon Chemical Detector, Hazmat Smart Strip (HSS), Reactive Skin Decontamination Lotion (RSDL), M-291 Skin Decontamination Kit (SDK), WMD Egress Kit, 3M 6000 and M-40A1 protective masks, and the personal radiation detector (PRD). The Domestic Egress course curriculum will also include pre/post tests, a CBRN-D table top exercise (TTX) and each USCG Student completing a mandatory quantitative mask fit test. 5.1.2 The Government desires the Domestic Egress course to be 3 days in length. The 3 days will include setup, mask fit testing for each student, and instruction of the entire course curriculum including pre/post tests and table top exercises. The Contractor shall maintain a 1:24 instructor to student ratio for each convening of the course. The Government will notify the Contractor of the number of students 30 days in advance of the start of the course. The instructors will be required to complete an End of Visit Report (EOVR) and submit them to the COR within 5 days of the completion of each course convening. The Contractor can expect to provide approximately 175 convenings of this course throughout a one-year period. 5.2 Expeditionary CBRN-D COURSE 5.2.1 The Contractor shall provide instruction of the Expeditionary CBRN-D course curriculum. The course curriculum will be provided by the Government. The Expeditionary CBRN-D course will include lectures and practical application of CBRN-D policy, guidance, decontamination procedures, use and maintenance of expeditionary CBRN-D equipment for ashore units (Patrol Forces Southwest Asia [PATFORSWA], Redeployment, Assessment and Inspection Detachment [RAID], Port Security Units [PSU], and Tactical Law Enforcement Teams [TACLET]), and afloat units (National Security Cutter [NSC], High Endurance Cutter [WHEC], Medium Endurance Cutter [WMEC], and Patrol Boats [WPB]) conducting operations in support of Department of Defense (DOD) Overseas Geographic Combatant Commanders (GCCs), in order to meet the requirements in COMDTINST 3400.4(series) and the Memorandum of Agreement (MOA) between DOD and the Department of Homeland Security (DHS) on the use of USCG capabilities and resources in support of the National Military Strategy May 2008. 5.2.2 The Government desires the Expeditionary CBRN-D Course to be 3 days in length. The 3 day course will include setup, a mandatory quantitative mask fit testing for each student, a Joint Service Lightweight Integrated Suit Technology (JSLIST) sizing for each student which includes boots, gloves, and suit, instruction on equipment inventory and assessment to assure the highest level of unit equipment readiness. The Contractor shall maintain a 1:24 instructor to student ratio for each convening of the course. The Government will notify the Contractor of the number of students 30 days in advance of the start of the course. The instructors will be required to complete an End of Visit Report (EOVR) and submit them to the COR within 5 days of the completion of each course convening. The Contractor can expect to provide approximately 30 convenings of this course throughout a one-year period. 5.3 Domestic Response Program. 5.3.1 The Contractor shall provide instruction of the Domestic Response CBRN-D course curriculum. The course curriculum will be provided by the Government. The Domestic Response Course will include lectures and practical application of CBRN-D policy, use and maintenance of domestic/expeditionary CBRN-D equipment and decontamination procedures for United States Coast Guard (USCG) Deployable Specialized Forces (DSF) units. Units currently supported are the National Strike Forces (NSF), Maritime Security Response Team (MSRT), Maritime Safety and Security Teams (MSST), Tactical Law Enforcement Teams (TACLET), and Maritime Force Protection Units (MFPU). 5.3.2 The Government desires the Domestic Response CBRN-D course to be 4-5 days in length. The length of the course will be determined by the number of students taking the course. If the total number of students is less than 40 then the course length should be 4 days and if the total number of students is greater than 40 then the course length should be 5 days. The 4-5 day course will include setup, a mandatory quantitative mask fit testing and equipment sizing, which includes boots, gloves and suit. An important aspect of the course is an equipment inventory and assessment to assure the highest level of unit equipment readiness. The Contractor shall prepare students, upon completion of the course, to be capable of performing in extremis Search and Rescue (SAR), urgent Ports, Waterways, and Coastal Security (PWCS) missions, and certain command and control functions in a reasonably safe and efficient manner in a Weapons of Mass Destruction (WMD) post-release/contaminated environment. The instructors will be required to complete an End of Visit Report (EOVR) and submit them to the COR within 5 days of the completion of each course convening. The Contractor can expect to provide approximately 20 convenings of this course throughout a one-year period. 5.4 Radiation Detection Level II Operators Course. 5.4.1 The Contractor shall instruct student to utilize Coast Guard boardings and inspections (ashore and afloat) as a means to detect and intercept illicit radioactive materials before they enter the United States. The Contractor shall utilize a National Layered Defense Concept to provide personnel the knowledge and skills required to achieve the Radiation Detection program goals set forth by CG-DOD-2. 5.4.2 The course shall be divided between classroom instruction, equipment practical exercises, and team-based practical scenarios onboard a FLETC training vessel. 5.4.3 The Contractor shall provide instruction on equipment including the Polimaster Personal Radiation Detector (PRD), Sensor Technology Engineering RADPACK, ICX/Target Identifinder-U, and HPRDS Communication Package (HCP). 5.4.4 The contractor shall prepare students, upon completion of the course, to be qualified to instruct other CG personnel in conducting Level I Radiation Detection operations. 5.4.5 The contractor shall provide the Radiation Detection Level II Operators Course in three days for a total of 24 training hours. The government anticipates class sizes of 24 students and 22 convenings per Fiscal Year. 5.4.6 As part of the current RADDET training course, a Department of Energy (DOE) SME representing Savannah River National Laboratories (SRNL) attends each convening to serve as guest instructor. This SME is vital to the RADDET course due to the MLE Academy not having an inherent capability to store certain sample isotopes on FLETC grounds. The SRNL rep is licensed to carry the necessary sample isotopes and securely store them until they are used in the course of practical exercises. 5.5 Course Critiques 5.5.1 The Contractor shall administer a written test to each member of the class at the beginning and end of the course and the results will be recorded. The Contractor may administer written quizzes as necessary. 5.5.1.1 The Contractor shall modify testing to include content provided from USCG. 5.5.2 The Contractor shall provide graduation certificates for the course. These certificates shall be filled out by the Contractor at the end of each course and passed out to students who have successfully completed the course. 5.6 Completion Certificates 5.6.1 Contractor shall complete a non-completion record for each student who does not complete the course and provide to the COR. 5.6.2 Any student missing more than 10% of a class will fail the course and not receive a graduation certificate. The contract instructor should contact the COR immediately to discuss the student's situation. The Government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of thecourse. 5.6.3 The Contractor shall immediately report all accidents occurring on Government property involving contract employees to local emergency response units and to the local resident authority and report the findings in writing to the COR within three (3) calendar days after the occurrence. When required, the Contractor shall provide input for reporting accidents involving USCG students. 6.0 REFERENCES Chemical, Biological, Radiological, and Nuclear Incident Response and Workforce Protection, COMDTINST 3400.3 (Series) Chemical, Biological, Radiological, and Nuclear Policy for Coast Guard Expeditionary Forces, COMDTINST 3400.4 (Series) Coast Guard Maritime Radiation Detection Policy, COMDTINST 16600.2 (Series) Operator's Manual for Chemical Agent Detector Kit, M256A1, TM 3-6665-307-10, Sep 1985 Gas Alert Micro User Manual, BW Technologies Gas Alert Quattro Interactive Training Course, BW Technologies Training Site http://www.gasalertquattro.com/training.html 7.0 Deliverables Deliverable 1: Radiation Detection Level II Operators Course IAW PWS section 5.4 Due By: As Scheduled Deliverable 2: Domestic Response Program IAW PWS section 5.3 Due By: As Scheduled Deliverable 3: Expeditionary CBRN-D COURSE IAW PWS section 5.2 Due By: As Scheduled Deliverable 4: Domestic Egress Course IAW PWS section 5.1 Due By: As Scheduled Deliverable 5: Course Completion Certificates IAW PWS section 5.5.2 Deliverable 6: End of Visit Report (EOVR) Format will be provided Due By: 5 business days after class completion 8.0 PERFORMANCE REQUIREMENTS SUMMARY Objective 1: End Of Visit Report (EOVR) shall be completed in a timely manner NLT 5 business days after completion of the course. This Objective shall have 100% COR surveillance. Objective 2: Contractor shall maintain 75% or greater pass rate or provide COR with suggestions for improvement if this metric cannot be met. This Objective shall have 100% COR surveillance. Objective 3: Contractor shall provide Course Completion Certificates NLT 15 business days after course completion. This Objective shall have 100% COR surveillance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-R-QLT003/listing.html)
- Place of Performance
- Address: 1900 Half Street SW, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN03051809-W 20130504/130502235304-ff54002b034eef964c9fed43f0b4ca72 (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 |