SOLICITATION NOTICE
U -- PreDeployment Training
- Notice Date
- 6/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- 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-QWD633
- Point of Contact
- Kelson A. Baker, Phone: 2024753716, Robert Mann-Thompson, Phone: 202-475-3252
- 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
- N/A
- Description
- This acquisition is being issued in accordance with FAR Subpart 12. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the 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-QWD633. The NAICS code is 611519. This requirement is full and open. 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 U.S. Coast Guard intends to establish a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract to pre-deployment training support services for the U.S. Coast Guard Patrol Forces Southwest Asia (PATFORSWA) with an order period of five years. This procurement will include a requirement for training services in support of Pre-Deployment courses. A minimum of one (1) class during the period of performance of the contract, and up to a maximum as indicated in the individual CLINs may be ordered. The guaranteed minimum order is one (1) class during the period of performance of the contract. THE GOVERNMENT INTENDS TO MAKE THIS AWARD WITHOUT DISCUSSIONS ALL PROPOSALS WILL BE CONSIDERED TO BE THE FINAL PROPOSAL. FAR 52.212-1 Instructions to Offerors - Commercial items (Feb 2012) 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 performance work statement (PWS), a draft project plan, draft medical plan, draft safety plan, and draft ammunition plan. The government also requires a course description or syllabus for the proposed classes, an outline of the proposed culmination exercise, a detailed description for addressing the requirement for up to three concurrent classes, a description of the available facilities, the offerors ability to host classes within 30 days of award, and the resumes' of personnel designated Key in HSAR 3052.215-70. Due to the inherently dangerous training that will be performed at the Contractor's Facility, the Contractor shall provide a detailed Safety Plan with their offer that outlines their safety policy and procedures. The contractor shall include in the safety plan a method for addressing common heat, cold, and training related injuries. The contractor shall include in the safety plan a method for transportation of critically injured personnel to a Military or American College of Surgeons Level I Center within 30 minutes of the incident. Due to the inherently dangerous training that will be performed at the Contractor's Facility, the Contractor shall provide a detailed Medical Plan with their offer that outlines their Emergency Medical Procedures and Non-Emergency Medical Procedures. If the USCG conducts an investigation of an accident that has occurred at the Contractor's Facility, the Contractor shall cooperate and assist Government personnel until the investigation is complete. Due to the fluctuations in the ammunition market, the contractor shall provide a detailed Ammunition plan that outlines the offerors plan to supply ammunition sufficient to meet the government's needs during the five years ordering period. Volume 2: Price Offerors shall submit price proposals IAW the CLIN structure below. A separate cost-reimbursable CLIN will be established for Ammunition. Offerors will be reimbursed for the ammunition. Any material handling, G&A, or other related charges are to be included in the FFP per class. The government will only reimburse the cost of ammunition on a per round basis. A separate CLIN will be established for food and lodging as a cost per student per day. Proposals shall provide a daily rate for food and lodging. The U.S. Coast Guard intends to establish a single Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract to pre-deployment training support services for the U.S. Coast Guard Patrol Forces Southwest Asia (PATFORSWA) with an order period of five years. A minimum of one (1) class during the period of performance of the contract, and up to a maximum as indicated in the individual CLINs may be ordered. The guaranteed minimum order is one (1) class during the period of performance of the contract. CLIN 00001 Description: Basic Weapons Training Year 1 (PWS 5.1.1) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 00002 Description: Practical Qualification Year 1 (PWS 5.1.2) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 00003 Description: MLE/BTM Year 1 (PWS 5.1.3) Max Quantity: 2 Unit: Each Unit Price: ____________ CLIN 00004 Description:.50 Caliber M-2 Support Training Year 1 (PWS 5.1.4) Max Quantity: 8 Unit: Each Unit Price: ____________ CLIN 00005 Description: Weapons Proficiency Course Year 1 (PWS 5.2.1) Max Quantity: 11 Unit: Each Unit Price: ____________ CLIN 00006 Description: Maritime Tactical Egress Course Year 1 (PWS 5.2.1) Max Quantity: 7 Unit: Each Unit Price: ____________ CLIN 00007 Description: Command Staff Area of Operations Year 1 (PWS 5.4) Max Quantity: 300 Unit: Day Unit Price: ____________ CLIN 00008 Description: Meals and Lodging Year 1 (PWS 5.5) Unit: Day Unit Price: ____________ CLIN 10001 Description: Basic Weapons Training Year 2 (PWS 5.1.1) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 10002 Description: Practical Qualification Year 2 (PWS 5.1.2) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 10003 Description: MLE/BTM Year 2 (PWS 5.1.3) Max Quantity: 2 Unit: Each Unit Price: ____________ CLIN 10004 Description:.50 Caliber M-2 Support Training Year 2 (PWS 5.1.4) Max Quantity: 8 Unit: Each Unit Price: ____________ CLIN 10005 Description: Weapons Proficiency Course Year 2 (PWS 5.2.1) Max Quantity: 11 Unit: Each Unit Price: ____________ CLIN 10006 Description: Maritime Tactical Egress Course Year 2 (PWS 5.2.1) Max Quantity: 7 Unit: Each Unit Price: ____________ CLIN 10007 Description: Command Staff Area of Operations Year 2 (PWS 5.4) Max Quantity: 300 Unit: Day Unit Price: ____________ CLIN 10008 Description: Meals and Lodging Year 2 (PWS 5.5) Unit: Day Unit Price: ____________ CLIN 20001 Description: Basic Weapons Training Year 3 (PWS 5.1.1) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 20002 Description: Practical Qualification Year 3 (PWS 5.1.2) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 20003 Description: MLE/BTM Year 3 (PWS 5.1.3) Max Quantity: 2 Unit: Each Unit Price: ____________ CLIN 20004 Description:.50 Caliber M-2 Support Training Year 3 (PWS 5.1.4) Max Quantity: 8 Unit: Each Unit Price: ____________ CLIN 20005 Description: Weapons Proficiency Course Year 3 (PWS 5.2.1) Max Quantity: 11 Unit: Each Unit Price: ____________ CLIN 20006 Description: Maritime Tactical Egress Course Year 3 (PWS 5.2.1) Max Quantity: 7 Unit: Each Unit Price: ____________ CLIN 20007 Description: Command Staff Area of Operations Year 3 (PWS 5.4) Min Quantity: 1 Max Quantity: 300 Unit: Day Unit Price: ____________ CLIN 20008 Description: Meals and Lodging Year 3 (PWS 5.5) Unit: Day Unit Price: ____________ CLIN 30001 Description: Basic Weapons Training Year 4 (PWS 5.1.1) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 30002 Description: Practical Qualification Year 4 (PWS 5.1.2) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 30003 Description: MLE/BTM Year 4 (PWS 5.1.3) Max Quantity: 2 Unit: Each Unit Price: ____________ CLIN 30004 Description:.50 Caliber M-2 Support Training Year 4 (PWS 5.1.4) Max Quantity: 8 Unit: Each Unit Price: ____________ CLIN 30005 Description: Weapons Proficiency Course Year 4 (PWS 5.2.1) Max Quantity: 11 Unit: Each Unit Price: ____________ CLIN 30006 Description: Maritime Tactical Egress Course Year 4 (PWS 5.2.1) Max Quantity: 7 Unit: Each Unit Price: ____________ CLIN 30007 Description: Command Staff Area of Operations Year 4 (PWS 5.4) Max Quantity: 300 Unit: Day Unit Price: ____________ CLIN 30008 Description: Meals and Lodging Year 4 (PWS 5.5) Unit: Day Unit Price: ____________ CLIN 40001 Description: Basic Weapons Training Year 5 (PWS 5.1.1) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 40002 Description: Practical Qualification Year 5 (PWS 5.1.2) Max Quantity: 6 Unit: Each Unit Price: ____________ CLIN 40003 Description: MLE/BTM Year 5 (PWS 5.1.3) Max Quantity: 2 Unit: Each Unit Price: ____________ CLIN 40004 Description:.50 Caliber M-2 Support Training Year 5 (PWS 5.1.4) Max Quantity: 8 Unit: Each Unit Price: ____________ CLIN 40005 Description: Weapons Proficiency Course Year 5 (PWS 5.2.1) Max Quantity: 11 Unit: Each Unit Price: ____________ CLIN 40006 Description: Maritime Tactical Egress Course Year 5 (PWS 5.2.1) Max Quantity: 7 Unit: Each Unit Price: ____________ CLIN 40007 Description: Command Staff Area of Operations Year 5 (PWS 5.4) Max Quantity: 300 Unit: Day Unit Price: ____________ CLIN 40008 Description: Meals and Lodging Year 5 (PWS 5.5) Unit: Day Unit Price: ____________ CLIN 50001 Description: Ammunition TBD (PWS 5.4) Max Amount: TBD by GOVT Unit: EA Volume 3: 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/COTR) 2. Name of Organization 3. A brief description of service 4. Contract Number 5. Status (Prime or Sub) 6. Contract Value 7. Contract Type 8. Period of Performance The length of the total proposal inclusive of all volumes shall be no greater than 75 pages. Proposal Submission Deadline: 1400 ET on July 18, 2013 via the document submission option provided by FedBizOpps. Proposals submitted via other methods may not be considered. Question Submission Deadline: 1200 ET on July 1, 2013 via email to Kelson Baker at Kelson.A.Baker@uscg.mil. Offeror shall submit each volume as a separate document file. 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. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Approach and Capability, Price, Relevant Past Performance Technical Approach and Capability is considered to be more important than price. This is a best value acquisition using the trade-off approach. The USCG intends to award single award IDIQ resulting from this solicitation to the responsible offeror whose offer is most advantageous to the Government. Selection and award of the IDIQ Contract will be based in descending order of importance: 1) Technical Approach and Capability, 2) Price, and 3) 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 & Capability The Government will evaluate each Offeror's Technical Capabilities to determine their understanding of and capacity to perform all the requirements outlined in the PWS, which will include, but will not be limited to, an evaluation of the following: the quality and quantity of facilities as required in PWS section 5.0, the ability to teach simultaneous classes, the ability to provide lodging and food for up to 100 days for up to 110 USCG personnel, the capability and approach to secure the required weapons and ammunition, a draft project plan, draft safety plan, draft medical plan, and the resumes of personnel designated as key by the government Factor 2:Price The Government will evaluate the total overall price proposed as follows: 1. The Max QTY per class each year. 2. The price for ammunition rounds in the following quantities: 265,000 rounds of.223 cal 325,000 rounds of.40 cal 3000 shells of 00 gauge buckshot 54000 rounds of 9mm 3. The price per day for meals and lodging which will be evaluated using the following equation: Price for meals and lodging per Day x 110 people x 100 days x 3 cohorts 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] __ (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 maximum; (2) Any order for a combination of items in excess of IDIQ per year maximum 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); 52.204-2 Security Requirements (August 2006); 52.233-2 Service of Protest (Sept 2006); 52.227-14 Rights in Data General (Dec 2007); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.244-6 Subcontracts for Commercial Items (Dec 2010); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); HSAR 3052.247-72 - F.O.B. destination only. (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: Facility Coordinator (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) 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 PERFORMANCE WORK STATEMENT USCG SMTC DEPLOYABLE TRAINING DETACHMENT March 25, 2013 1.0 - GENERAL 1.1 - SCOPE The U.S. Coast Guard (USCG) seeks a contractor to provide facilities, tactical equipment, shooting ranges, training courses, ammunition, food, and lodging to the United States Coast Guard Special Missions Training Center (SMTC) and Patrol Forces Southwest Asia (PATFORSWA) operational and pre-deployment training units. The United States Coast Guard requires a Contractor to teach Weapons Proficiency Course and Maritime Tactical Egress Training. 1.2 - BACKGROUND The USCG is responsible for the securing of American ports throughout the globe. To facilitate this USCG personnel are trained for active deployment alongside U.S. Army and Navy forces. The USCG SMTC has historically performed its pre-deployment training in cohorts of 75 to 100 USCG personnel. The USCG typically hosts three cohorts per year. The cohorts have traditionally had three maritime close quarters' battle (now referred to as Maritime Tactical Egress Course) training classes and three Weapons Proficiency Courses running simultaneously. Historically, the USCG has required meals and lodging for approximately 110 USCG personnel for 100 days per cohort, and the USCG typically hosts three (3) cohorts per year. This is not a guarantee, and actual volume is dependent upon current needs. 1.3 - PLACE OF PERFORMANCE The place of performance shall be the Contractor's training facility or facilities. 1.4 - ORDERING PERIOD The ordering period for this effort is five (5) years (60 months) from the date of award. 1.5 - HOURS OF OPERATION The USCG requires full access to all of the Contractor facilities between the hours of 0700 to 2000 (time zone of facility location). The USCG shall require occasional access to the following ranges later than 2000 and on weekends for firearms training: 1.5.1 - Multi-Purpose Firing Range 1.5.2 - Tactical Firing Range 1.6 CONTRACTOR PERSONNEL The Contractor shall provide qualified personnel to fulfill these requirements as follows: 1.6.1 - Facility Coordinator: The USCG requires one primary point of contact to schedule facility usage, schedule training, coordinate lodging, and other primary contracts logistics. The Facility Coordinator shall: Be available by phone between 0800 and 1700 Monday through Friday, Be the primary point of contact with the ability to perform the necessary job functions and be responsible for problem resolutions, Shall respond to a request for discussion or resolution of problems within three (3) hours of notification, Shall make appropriate arrangement for USCG evening and weekend training which may require them to be available during certain off-hour periods, or delegate authority to Contractor personnel who would be available at those times, Shall designate an alternate point of contact on days when they will be unavailable. Alternate points of contact shall have the same duties and be responsible for problem resolutions. 1.6.2 -Instructors: The USCG requires instructors for the Contractor to teach USCG personnel in Weapons Proficiency Course and Maritime Tactical Egress. These instructors shall possess the following qualifications: 1.6.2.1 - Possess at least 10 years experience in military or law enforcement, in tactical operations, 1.6.2.2 - Possess at least 5 years instructing large groups of 20 or more students in the handling of the following weapons: 9mm pistols, Sig 229 DAK, 5.56mm rifles/carbines, 7.62mm rifles 1.6.2.3 - Possess all required state and federal licenses, certificates, and permits to instruct students of firearms operation 2.0 GOVERNMENT TERMS AND ACRONYMS The following is a list of Government terms and acronyms used throughout this document: 2.1 COR - Contracting Officer's Representative 2.2 DOD - Department of Defense 2.3 KO - Contracting Officer 2.4 METT - Middle Eastern Training Team 2.5 PATFORSWA - Patrol Forces Southwest Asia 2.6 PRS - Performance Requirements Summary 2.7 PWS - Performance Work Statement 2.8 SMTC - Special Missions Training Center 2.9 USCG - United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES There are no government furnished resources for this requirement. 4.0 CONTRACTOR FURNISHED RESOURCES The Contractor's shall be required to provide all labor, materials, services, and equipment required to perform IAW the contract, except for those resources listed under PWS 3.0. 4.1 CONTRACTOR FACILITY The Contractor shall provide a training facility that meets the following criteria: 4.1.1 - Facility Location: Contractor training facilities shall be located within 50 miles of USCG Base Portsmouth or within 50 miles of a Military Treatment Facility (MTF) hospital or medical center.. 4.1.2 - Facility Certification: The Contractor must possess all required state and federal licenses, certificates, and permits to operate its facility to the required level as needed to comply with these requirements. 4.1.3 - Storage: The Contractor's facility shall have, at a minimum, 750 square feet of storage space exclusively for USCG when personnel are present. The storage space shall be: Water proof, Weather resistant, Climate controlled, Secure, Shall be accessible by USCG personnel at any time, while it is not required; the USCG desires the storage space to be portable. 4.1.4 - Maintenance: The Contractor must keep its facility properly functional and well-maintained. All facility areas that the USCG uses must be functional and free of debris. During the contract period of performance, if the Contractor proposes to close, remove, replace, alter or perform maintenance on a training range, facility or other training area the Contractor shall provide a suitable substitute for the USCG. 4.2 CONTRACTOR FURNISHED EQUIPMENT The Contract shall provide the following equipment to USCG personnel. The government estimates that each class will provide training for a maximum 35 students per class. Classes may be run simultaneously. The government will inform the contractor at the issuance of task orders as to the exact number of USCG personnel that will attend. 4.2.1(1) M-4 rifle, (6) magazines per rifle, 5.56 rifle ammunition (to be used as required) 4.2.2(1).40 cal Sig Sauer P229 DAK pistols, (6) P229clips per pistol,.40 cal ball ammunition (to be used as required), 4.2.3(1) 12 gauge Remington 870 riot shotgun, 4.2.4(1) M-4 rifle modified to fire non-lethal marking cartridges, 4.2.5(1) P229 pistols modified to fire non-lethal marking cartridges, 4.2.6Non-lethal marking cartridges (to be used as required). The weapons listed are the Coast Guard's standard issue firearms and ammunition. Should the standard issue weaponry change, the Contractor shall be required to provide that equipment after the issuance of a change order to this contract. 5.0 REQUIREMENTS 5.1 USCG LEAD COURSES 5.1.1 Basic Weapons Training: The USCG requires facilities to conduct basic weapons qualification. USCG Instructors will facilitate the qualification in the use of the M-4 Carbine and the Sig Sauer P229 DAK pistol to up to 36 USCG personnel per course. This training is expected to last for two (2) days and will require the use of a firing range and a classroom. The USCG lead instruction will require the following: 5.1.1.1 Open Carbine Firing Range: The USCG requires the use of an Open Carbine Firing Range at a minimum; the range must meet the following criteria: 5.1.1.1.1 - Able to accommodate 24 simultaneous shooters, 5.1.1.1.2 - Equipped with paper turners, pistol steel racks, multiple hanging steel targets, and an 80-foot steel or paper movers, Accommodate a maximum of 100 yard firing distance 5.1.1.1.3 - Shall accommodate the following types of firearms: 9mm pistols, 40 Caliber pistols, 5.56mm rifles/carbines, 12 Gauge shotguns. 5.1.1.2 General Classrooms: The USCG requires the use of three (3) General Classrooms to instruct its personnel without Contractor assistance. At a minimum, the Classrooms must meet the following criteria: Capable of seating 30 students, Equipped with dry erase white boards or blackboard, Equipped with general Classroom supplies (pencils, notebooks, etc). Preferred classrooms equipped with projectors and audio/video capabilities and Ethernet cable internet access. Capable of providing auditorium seating for up to 90 students as required. 5.1.1.3 Ammunition The USCG course requires the contractor to provide the following ammunition per course. All ammunition must be brass cased full metal jacket. 5.1.1.3.1.40 cal ammunition 5,400 rounds 5.1.1.3.2 5.56mm ammunition 7,100 rounds 5.1.2 Practical Weapons Qualification: The USCG requires facilities to conduct basic weapons qualification. USCG Instructors will facilitate the qualification in the use of the M-4 Carbine, Sig Sauer P229 DAK pistol, and Remington 870 shotgun to up to 25 USCG personnel per course. This training is expected to last for one (1) day and will require the use of a firing range and a classroom. The USCG lead instruction will require the following: 5.1.2.1 Open Carbine Firing Range: See section 5.1.1.1 for requirement. 5.1.2.2 General Classrooms: See section 5.1.1.2 for requirement. 5.1.2.3 Ammunition The USCG course requires the contractor to provide the following ammunition per course. All pistol and rifle ammunition must be brass cased full metal jacket. 5.1.2.3.1.40 cal ammunition 4,000 rounds 5.1.2.3.2 5.56mm ammunition 2,880 rounds 5.1.2.3.3 12 Gauge 00 Buckshot 1,000 shells 5.1.3 Maritime Law Enforcement/Boarding Tactical Maneuvers: The USCG requires facilities to MLE/BTM. USCG Instructors will facilitate the instruction of personnel in the use of proper tactics as required by the USCG for up to 12 personnel. This training is expected to last for eleven (11) days and will require the use of a classroom for one (1) day and a Defensive Tactics Mat Room for eleven (11) days. The USCG lead instruction will require the following: 5.1.3.1 General Classrooms: See section 5.1.1.2 for requirement. 5.1.3.2 - Land-Based Ship Simulator: The USCG requires the use of a Land-Based Ship Simulator to provide a simulated maritime shipboard environment to exercise Compliant Boarding techniques during CG taught Boarding Team Member training course. At a minimum, the Land-Based Ship Simulator must meet the following criteria. 5.1.3.2.1 - Shall have multiple compartments with interior and exterior ladder-ways and accesses to exercise shipboard tactical movement. 5.1.3.2.2 - Compartments shall at a minimum include a ship's bridge, ladder-ways, passageways, multiple exits/entries, and multiple levels and compartments. 5.1.3.2.3 - Facility shall be rated to accommodate Simulated munitions rounds and blank firing weapons. 5.1.3.3 Defensive Tactics Mat Room: The USCG requires the use of a Defensive Tactics Mat Room. The room shall have, at a minimum: Space to accommodate 30 students, be at least 2000 square feet in size, Air conditioned, provide matted, rubberized, or otherwise cushioned surface to protect USCG personnel from bodily harm during the training. 5.1.4.50 Caliber M-2 Support Training: The USCG requires facilities to train its personnel in how to use a.50 Caliber Machine Gun in a simulation. USCG Instructors will facilitate the instruction of personnel in the use of proper tactics as required by the USCG. This training is expected to last for two (2) days and will require the use of a classroom for one (1) day and a floating ship simulator. The USCG lead instruction will require the following: 5.1.4.1 General Classrooms: See section 5.1.1.2 for requirement 5.1.4.2 Land Based Ship Simulator: See section 5.1.3.2 for requirement 5.2 CONTRACTOR TAUGHT COURSES: The USCG requires the Contractor to teach the following courses to its personnel: 5.2.1 - Weapons Proficiency Course: The USCG requires the Contractor to teach a Weapons Proficiency Course for 30 USCG personnel that is five days in length. The course will maintain a 5:1 student to instructor ration. The course shall have a USCG instructor on-site to observe and modify as required. Course will present students with discussion, demonstration exercises in the use of the Sig Saur.40 cal pistol and M-4 rifle and 9MM pistol utilized for RAID personnel. The course shall contain the following and cover Terminal Performance Objectives (TPOs) and Enabling Objectives (EOs). 5.2.1.1 - Upon completion of this unit and given an assigned range. Personal Defense Weapon (PDW), and live ammunition; APPLY marksmanship fundamentals, weapons handling procedures, target engagement procedures, and remedial action procedures in order to accurately engage single/multiple targets, in accordance with the applicable reference. 5.2.1.1.1 APPLY the eight fundamentals of pistol marksmanship, APPLY weapons handling procedures, APPLY target engagement procedures. APPLY remedial action procedures. 5.2.1.2- Upon completion of this unit and given a M4 5.56mm Rifle/Carbine, assigned range, and live ammunition; APPLY marksmanship fundamentals, weapons handling procedures, target engagement procedures, and remedial action procedures in order to accurately engage single/multiple targets, in accordance with the applicable reference. 5.2.1.2.1 Apply the eight fundamentals of rifle marksmanship. Apply weapons handling procedures. Apply target engagement procedures. Apply remedial action procedures. 5.2.1.3- Upon completion of this unit and given a M4 5.56mm Rifle/Carbine, a Personal Defense Weapon (PDW), assigned range and live ammunition: ENGAGE assigned targets using the proper techniques of transitioning from the M4 primary weapon to the PDW secondary weapon in accordance with the applicable reference. 5.2.1.3.1 Engage a target with the primary weapon, transition to the secondary weapons, and engage a target with the secondary weapon. 5.2.1.4 Given a M4 5.56mm Rifle/Carbine, a Personal Defense Weapon (PD), assigned range, and live ammunition; UTILIZE the proper techniques of engaging targets with the primary weapon and transitioning as necessary to the secondary weapon in order to accurately engage multiple targets, in accordance with the applicable reference. 5.2.1.4.1 ENGAGE multiple targets with primary weapon, transition to the secondary weapon, engage multiple targets with the secondary weapon. 5.2.1.5 Given a M4 5.56mm Rifle/Carbine, a Personal Defense Weapon (PD), assigned range, and live ammunition; ENGAGE multiple targets with the primary weapon and secondary weapon while moving, in accordance with the applicable reference. 5.2.1.5.1 ENGAGE threat targets while turning, engage threat targets while advancing, engage threat targets with the primary and secondary weapon while moving. 5.2.1.6 Given a M4 5.56mm Rifle/Carbine, a Personal Defense Weapon (PD), assigned range, and live ammunition; ENGAGE multiple targets using cover with primary and secondary weapons in accordance with the applicable reference. 5.2.1.6.1 ENGAGE targets using the M4 from the standing position, engage targets using the M4 from the kneeling position, engage targets using the P229 DAK from the standing position, engage targets using the P229 DAK from the kneeling position. 5.2.1.7- Given a M4 5.56mrn Rifle/Carbine, a Personal Defense Weapon (PDW), live ammunition, assigned range, and degraded environmental conditions, utilize the proper techniques to ENGAGE targets with the primary/secondary weapon as necessary to accurately engage, multiple targets in a limited visibility environment in accordance with the guidelines provided by the applicable references. 5.2.1.7.1 ENGAGE targets with the primary weapon utilizing the primary gun light technique, engage targets with the secondary weapon utilizing the Harris techniques, engage targets with the secondary weapon utilizing the FBI technique, engage targets with the secondary weapon utilizing the modified FBI technique. 5.2.2 - Maritime Tactical Egress Course: The USCG requires the Contractor to teach a Maritime Tactical Egress Course for 30 USCG personnel that is 5 days in length. The course shall have a USCG instructor on-site to observe and modify as required. The course shall contain the following and cover Terminal Performance Objectives and Enabling Objectives outlined in reference 5.3.1: 5.2.2.1 - Course is designed to provide safe, effective, and progressive training for the boarding team conducting Level I Compliant Boarding that may transition into Level II and above (non-compliant/opposed) boarding creating a close quarters battle situation, 5.2.2.2 - The focus of the course is to execute proper sequence and procedures for emergency ex-filtration, to include clearing spaces to affect safe ex-filtration. 5.2.2.3 - Course shall utilize a tactical firing range (see Section 5.1.7), 5.2.2.4 - Course shall utilize role players as required, 5.2.2.5 - Course shall utilize a land-based ship simulator. This simulator shall, at a minimum: 5.2.2.5.1 - Have multiple compartments with interior and exterior ladder ways and accesses to exercise shipboard tactical movement and maritime force protection training, 5.2.2.5.2 - The compartments shall at a minimum include a ship's bridge, ladder ways, passage ways, multiple exits/entries, and multiple levels and compartments, 5.2.2.5.3 - Facility shall be rated to accommodate non-lethal marking cartridges, 5.2.2.6 - Course will present participants with discussion, demonstration and exercises in the use modified non-lethal marking cartridge weaponry, 5.2.2.7 - The Contractor shall provide all non-lethal marking cartridge weaponry for the course (see Section 4.2), 5.3 TERMINAL PERFORMANCE OBJECTIVES AND ENABLING OBJECTIVES: The USCG requires the Contractor to teach a Maritime Tactical Egress Course based on the following Terminal Performance Objectives and Enabling Objectives. 5.3.1- Given a M4 Rifle/Carbine, a Personal Defense Weapon (PDW), Simunitions, Use of Force instructions and/or Rules of Engagement. ENGAGE threat targets while making the appropriate "Shoot - Don't Shoot'" decisions during ex-filtration operations in accordance with the guidelines provided by the applicable references.. 5.3.1.1 ENGAGE targets displaying hostile intent with 100% accuracy. 5.3.1.2 PROTECT targets identified as non-combatants. 5.3.2- Upon completion of this unit and given a M4 5.56mm Rifle/Carbine, a Personal Defense Weapon (PDW), assigned a ship in the box or equivalent, and Simulations; EXECUTE the proper sequence and procedures for emergency ex-filtration, to include clearing spaces to affect safe ex-filtration with the guidelines provided by the applicable references. 5.3.2.1 PERFORM emergency ex-filtration operations. 5.3.2.2 ENGAGE the immediate threat. 5.3.2.3 MOVE to individual points of domination. 5.3.2.4 CLEAR the primary sectors of fire. 5.3.2.5 TRANSISITON to follow-on spaces during ex-filtration operations. 5.3.2.6 PERFORM the proper sequence of actions upon exiting spaces. 5.3.2.7 PERFORM the proper sequence of actions at the point of debarkation. 5.3.3- Given a M4 5.56mm Rifle/Carbine, a Personal Defense Weapon (PDW), Simunitions, and ship in the box; APPLY the proper techniques for clearing spaces during ex-filtration operations with the guidelines provided by the applicable references. 5.3.3.1 CLEAR spaces, clear a hallway, clear a l-shaped hallway, clear a t-shaped hallway, clear a stairwell, clear a ladder well. 5.4 COMMAND STAFF AREA OF OPERATIONS: The USCG requires the use of one (1) Classroom to serve as an area of operations for USCG Command Staff and instructors. At a minimum, the Classrooms must meet the following criteria: Equipped with dry erase white boards or blackboard, Equipped with general Classroom supplies (pencils, notebooks, etc), equipped with projectors and audio/video capabilities and Ethernet cable internet access. 5.4.1 The classroom can be reserved for up to thirty (30) consecutive days. 5.5 LODGING AND FOOD SERVICES: The Contractor shall provide food and lodging to all USCG personnel during USCG lead instruction and contractor lead instruction. 5.5.1 Lodging -USCG personnel will require lodging while on the Contractor's facility. Lodging standards shall be in accordance with, at a minimum, standard military lodging facilities. 5.5.2 Meals - All USCG personnel will require three meals per day while lodging on the Contractor's facility. Meal standards shall be in accordance with the DOD Manual for the DOD Food Program and the DOD Menu Standards, updated as of December 15, 2010. 5.5.3 The total value of meals, lodging, and miscellaneous expenses shall not exceed authorized Federal Travel Regulations. 5.6 COURSE CRITIQUES AND REPORTS 5.6.1 The Contractor shall provide a course evaluation questionnaire to be completed by all participants at the end of each course. The questionnaire shall be directed toward eliciting participants' comments as to the value of the material taught, recommended changes and/or additions, and the quality of the instructor personnel. The Contractor shall provide a consolidated report of the evaluation responses with recommendations for course enhancement no later than fifteen (15) business days after course completion to the COR. 5.6.2 The Contractor shall develop and provide range critiques to USCG instructors and students to be completed by all facility users. Critiques shall address the cleanliness and state of repair of facilities made available for USCG instruction. The Contractor shall provide a consolidated report of the evaluation responses with recommendations for course enhancement NLT the fifth (5th) of each month. 5.6.3 Due to the inherently dangerous training that will be performed at the Contractor's Facility, the Contractor shall provide a detailed Safety Plan with their offer that outlines their safety policy and procedures. The contractor shall include in the safety plan a method for addressing common heat, cold, and training related injuries. The contractor shall include in the safety plan a method for transportation of critically injured personnel to a Military or American College of Surgeons Level I Center within 30 minutes of the incident. Reports regarding any safety issues will be submitted monthly NLT the fifth (5th) of each month. This plan will be submitted to the COR and the KO for review and approval annually. 5.6.4 Due to the inherently dangerous training that will be performed at the Contractor's Facility, the Contractor shall provide a detailed Medical Plan with their offer that outlines their Emergency Medical Procedures and Non-Emergency Medical Procedures. If the USCG conducts an investigation of an accident that has occurred at the Contractor's Facility, the Contractor shall cooperate and assist Government personnel until the investigation is complete. Reports regarding any safety issues will be submitted monthly NLT the fifth (5th) of each month. This plan will be submitted to the COR and the KO for review and approval annually. 5.6.5 The Contractor shall develop and provide a meals and lodging critique to USCG personnel. Critiques shall address the cleanliness and state of repair of lodging, quality of food, availability of food, and timeliness of meals. The Contractor shall provide a consolidated report of the evaluation responses with recommendations for course enhancement NLT the fifth (5th) of each month. 5.6.6 The Contractor shall review both the weapon proficiency and the maritime tactical egress course semi-annually with the COR to ensure that it meets the changing requirements of the USCG. 6.0 REFERENCES The following references are provided for these requirements: 6.0.1 - DOD Menu Standards, Updated as of December 15, 2010 http://www.public.navy.mil/bupers-npc/support/physical/Documents/DOD%20Nutrition%20Standards-FINAL%20.pdf 6.0.2 - DOD Manual for the DOD Food Program http://www.dtic.mil/whs/directives/corres/pdf/133810m.pdf 6.0.3 - USCG Command Instruction M6000.1E, Medical Readiness/Deployment Health Manual, Chapter 6 http://www.uscg.mil/health/cg1121/docs/pdf/cim6000.1e.pdf 6.0.4 - Military Treatment Facilities http://www.tricare.mil/mtf/ 7.0 DELIVERABLES The Contractor shall consider all items below as having mandatory due dates. ItemPWS SectionDeliverableDue Date 15.1USCG Instructor Lead CoursesAs scheduled and agreed upon 25.2.1Weapons Proficiency CourseAs scheduled and agreed upon 35.2.2Maritime Tactical Egress CourseAs scheduled and agreed upon 45.4Mock Boarding and Culmination ExerciseAs scheduled and agreed upon 55.6.1Course Evaluation QuestionnaireNLT fifteen (15) business days after completion of course 65.6.2Range CritiquesNLT the fifth (5th) of each month 75.6.3Safety ReportNLT the fifth (5th) of each month, Plan to be reviewed Annually 85.6.4Medical ReportNLT the fifth (5th) of each month, Plan to be reviewed Annually 95.6.6Curriculum ReviewPlan to be reviewed semi-annually 8.0 PERFORMANCE REQUIREMENTS SUMMARY Performance standards for each task order are as outlined below: ItemObjectivePerformance StandardSurveillance Plan 1Proficient Training MethodsContractor shall maintain 85% or greater pass rate for the Maritime Tactical Egress Course, Weapons Proficiency Course, and the Culmination exercise 100% COR Surveillance 2Course SafetyAll medical and safety incidents will be reported to COR monthly100% COR Surveillance 3Availability of AmmunitionContractor will have required ammunition available for use 100% of the time100% COR Surveillance 4Quality of LifeContractor will maintain a satisfactory or above rating for both meals and lodging100% COR Surveillance
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-R-QWD633/listing.html)
- Place of Performance
- Address: USCG SPECIAL MISSIONS TRAINING CTR, Camp LeJeune, North Carolina, 28542, United States
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN03099090-W 20130627/130625235201-5e9124eb9036e067217501f75d890728 (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 |