Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
SOURCES SOUGHT

U -- Department of National Security and Strategy (DNSS), Regional Elective Course Instructors

Notice Date
8/21/2013
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
MICC - Carlisle Barracks, 314 Lovell Avenue, Suite 1, Carlisle Barracks, PA 17013-5072
 
ZIP Code
17013-5072
 
Solicitation Number
W91QF0-12-R-0010
 
Response Due
8/28/2013
 
Archive Date
10/20/2013
 
Point of Contact
Larry L. Brown, 717-245-4620
 
E-Mail Address
MICC - Carlisle Barracks
(larry.l.brown2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement. The United States Army War College(USAWC), Department of National Security and Strategy, (DNSS) Carlisle Barracks, PA has requirements for Regional Elective Course Instructors. The candidates must be recognized by a USAWC peer committee as an authority on the specific region for which a proposal is submitted. The regional courses are Africa, four (4) instructors required; South Asia, two (2) instructors required; East Asia, three (3) instructors required; Middle East; one (1) instructor required; and Americas, two (2) instructors required for a total of twelve (12) instructors required. These requirements are being combined into one contracting effort. Multiple contracts may be awarded from a single solicitation. The Period of Performance for the contracts will be approximately November 1, 2013 through February 28, 2014. Exact dates will be listed in the RFP. The due date for receipt of proposals has not yet been determined. The RFP will contain the actual closing date. A sample Performance Work Statement (PWS) is attached to this announcement. Potential contractors are advised that this will NOT be the final version of the PWS's that will be attached to the RFP. This requirement is unrestricted at this time. Telephone and telefax requests for the RFP will not be accepted. Email requests and USPS requests must include any socioeconomic status registered with the Small Business Administration (SBA), contractor name, primary contact name and title, street mailing address including zip code, primary contact telephone number, and email address. Requests not including all contact information will not be honored. Potential sources do not need to be registered in the System for Award Management (SAM) at this time. However, contractors are required to be registered in SAM prior to submission of proposal. Proposals from contractors not registered in SAM may be rejected. Contractors may register via the internet at www.sam.gov. Please email larry.l.brown9.civ@mail.mil or mail to MICC Carlisle Barracks, Attn: Larry L. Brown, 314 Lovell Ave. Ste1, Carlisle Barracks, PA 17013 to be placed on a list of potential contractors. Performance Work Statement US Army War College Department of National Security and Strategy (DNSS) Regional Course Instructor 1.0 SCOPE: The contractor shall be responsible to prepare and teach the Regional Course. Course will be taught in a combination of lecture and seminar group formats in accordance with US Army War College (USAWC) Memorandum 1-2, Electives Program Administration. 1.1 The maximum capacity of the course will be 60 students. Course enrollees will be primarily professional military officers, U.S. and foreign and senior government civilians from among the USAWC student body. 1.2 The scope of the course includes after class student feedback and course guidance. 1.3 The course will have ten (10) classes of three (3) hours each, scheduled by the USAWC. 2. OBJECTIVE: To produce senior leaders who can apply an analytical cultural framework in shaping desired outcomes of policies and strategies in a joint, interagency, and multinational arena. 3.0 SUMMARY OF REQUIREMENTS: 3.1 SCHEDULE: The Contractor shall begin planning and preparatory work in order to be able to teach the course during the period 15 November 2013 - 14 February 2014. Specific lesson schedule is to be determined. 3.2 The Contractor shall meet all scheduled classes except for medical emergencies or severe weather causing base closure. The Contractor shall reschedule all missed classes by mutual agreement with the COR in conjunction with the RSE Program Coordinator and/or Chairman of the Department of National Security and Strategy. All unexcused instructor absences will be reported to the COR. 3.3 The contractor shall complete the following Government furnished training: Information Assurance Training, Security and SAEDA Training, OPSEC Training and Anti Terrorism. 3.4 Private student consultations for assistance with papers or discussions about class material shall also be scheduled, as appropriate, usually for one (1) hour before or after class. 3.5 COURSE EVALUATION REPORTS (CER): CERs on each student are to be prepared. Reports are due 21 February 2014. 3.6 The proposed Contractor must not advocate radical positions on defense issues, so as to lack creditability with the attendees, or to use this training as a platform for the unbalanced advancement of personal agendas. 4. 0 CONTRACTOR QUALIFICATIONS: The Contractor has the following qualifications: 4.1 The Contractor shall be qualified by: 1)Recognized by a USAWC peer committee as an authority on Regional subject matter 2)Education - Bachelor's Degree 3)Recent experience in Region or teaching strategic issues relating to Region (one year minimum in past 5 years) 4.2 Ability to organize and conduct large group lecture and seminar group formats based on past experience reflected in resume. 4.3 The instructor shall be able to teach and be totally familiar with U.S. policy and strategy for Region based on past experience reflected in resume. 4.4 Ability to provide written critiques of student performance IAW course requirements outlined in the USAWC Communicative Arts Directive based on past experience reflected in resume. 5.0 GOVERNMENT RESPONSIBILITES: The Government will provide the following Government-Furnished Information (GFI), Government-Furnished Materials (GFM), and Government-Furnished Equipment (GFE). Any additional GFI, GFM, and/or GFE shall be requested through the COR. The contractor shall be directly responsible and accountable for all Government property in their possession. All Government property shall be returned, in its original condition, at the end of the contract period of performance. The contractor shall be required to sign for receipt of individual use Government property. Government property mail shall be used for official Government business only. 5.1 GFI-The USAWC will provide photocopying of articles and copyright permissions. 5.2 GFE-The USAWC will provide course administrative support, computer equipment, and audio/visual, network access. 5.3 The USAWC will provide office space, classroom and library facilities. 5.4 Contractor will be issued a Security Badge and CAC card which must be worn at all times during duty hours. 6.0 CONTRACTOR RESPONSIBILITIES: 6.1 Deliverables: Contractor shall provide written critiques of student work no later than one week after the last class. 6.2 Quality. It is the responsibility of the contractor to ensure that all deliverables (draft or final) meet the Government's evaluation standards as regulated by AR 25-50 Preparing and Managing Correspondence, dated 3 June 2002. Upon initial Government review, if draft or final deliverables do not meet the evaluation standards for quality, the draft or final deliverables will be returned to the contractor for revision within five (5) working days. It shall be the responsibility of the contractor to correct the errors without additional cost to the Government. The Government review period will not begin until initial Government review finds that the deliverable(s) meet acceptable standards for all quality requirements. 6.2.1 All documents shall be developed using MS Office 2007 products. 6.2.2 Deliverable Medium. Draft deliverables shall be provided in electronic form only. Final deliverables shall consist of one print ready paper copy and an electronic copy. Electronic copies through the Government information technology network. All electronic media copies shall be virus-checked before submission. All deliverables will be provided to the COR. 6.3 The Contractor shall be in the classroom five (5) minutes before the scheduled starting time, is responsible for student conduct during the class, and ensuring that the classroom is left neat and orderly at the completion of each class. All student absences and requests for absences will be reported to the assigned course director. 6.4 Appropriate attire for all class sessions and meetings shall be business suit or sport coat with tie for men and appropriate business suit for women. The instructor's conduct shall at all times be professional in appearance, neat and well groomed. 7.0 LOGISTICS AND MISCELLANEOUS: 7.1 Security-No Security Clearance required. 7.2 PLACE OF PERFORMANCE: Place of performance will be at the USAWC, Root Hall, 122 Forbes Ave, Carlisle, Pennsylvania, 17013. The course will be conducted in an auditorium for lectures and seminar rooms. The specific classroom is to be determined. 7.3 PERIOD OF PERFORMANCE: Period of performance will be 1 November 2013 through 28 February 2014. 7.4 CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the US Army War College via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. 8.0 SECURITY REQUIREMENT: 8.1. AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable, and annual AT Level I awareness training if they remain over 365 days. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 35 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 8.2 Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 8.3 iWATCH Training. The contractor and all associated subcontractors working within any Carlisle Barracks, facility, or area, will ensure all employees read the statement below on the local iWatch program. This locally developed statement will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training will be completed within 30 calendar days of contract award and within 30 calendar days of new employees' commencing performance, with the results reported to the COR no later than 35 days after contract award. iWatch Training: (Guard Info About Yourself and Your Job. Limit discussion and accessibility of any information (written or verbal) that may provide terrorists insights for targeting. Always use secure means when passing sensitive information, destroy identifiable information. Be aware of your surroundings. Write down license numbers of suspicious vehicles; note description of occupants. Recognize and Report Unusual or Suspicious Behavior to your COR or the Carlisle Barracks police at 717-245-4115. YOU are the first line of defense against terrorism.) 8.4 Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to government information system must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services and must successfully complete the Army IA awareness training prior to access to the information system and then annually thereafter. Additionally personnel must annually sign an acceptable use policy (AUP). The training is available online at https://ia.signal.army.mil/DoDIAA/. Personnel must also meet all personal security requirements IAW AR 25-2. 8.5 OPSEC Training. Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training. 8.6 For Information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5208aec091ab61483a7ff4a99075f209)
 
Place of Performance
Address: MICC - Carlisle Barracks 314 Lovell Avenue, Suite 1, Carlisle Barracks PA
Zip Code: 17013-5072
 
Record
SN03156924-W 20130823/130821235523-5208aec091ab61483a7ff4a99075f209 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.