Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2015 FBO #4950
MODIFICATION

U -- Role Players for Mountain Peak Exercise

Notice Date
6/11/2015
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S215QROLE
 
Response Due
6/22/2015
 
Archive Date
8/10/2015
 
Point of Contact
Rosalind Shoemaker, 315-772-2897
 
E-Mail Address
MICC - Fort Drum
(rosalind.m.shoemaker.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Description: The Mission & Installation Contracting Command, Fort Drum, NY, in accordance with FAR 13.106-1(c)(1), intends to orally solicit a requirement to provide Iraqi Role Players for Mountain Peak from 18-25 July 2015, on Fort Drum, NY to Service-Disabled Veteran-Owned Small Businesses (SDVOSB's) (the specific tasks are listed below). The contract type shall be Firm Fixed Price Purchase Order. Oral quotes are due on 22 June 2015 at 2:00 PM EST. (No extensions will be granted) Any interested party may inquire with the following Contract Specialist via email: rosalind.m.shoemaker.civ@mail.mil with the subject heading quote mark W911S2-15-Q-ROLE quote mark in order to receive the entire Performance Work Statement (PWS). Interested parties shall be SAM registered (see information below), listed as an SDVOSB in SAM and must request this information prior to the quote due date in order to receive it. If you meet those three criteria, include your DUNS and CAGE code in the email to Ms. Shoemaker in order to verify the SAM registration. Failure to do so will delay the email with the PWS and the deadline for quotes cannot be extended due to the timelines required for the event. Basis of award will be price and past performance in accordance with (IAW) 52.212-2. This procurement is one hundred percent set-aside to SDVOSB's concerns. As prescribed in DFARS 252.204-7004, interested parties must be registered with the Central Contractor Registration (CCR) under the NAICS 541990 Representations and certifications must also be on record IAW FAR 52.212-3. These registrations can be done through the System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. If you have any questions please submit them in writing via email to; rosalind.m.shoemaker.civ@mail.mil prior to 8:00 am EST on 19 June 2015. Specific Tasks: 5.1. GENERAL: Provide all resources, except Government Furnished Property (GFP), necessary to provide 12 Iraqi Role Players for a training event from 18 - 22 July 15. 5.1.1. The advanced party (Project Manager, Site Manager/Role Player Supervisor and anyone else the contractor deems necessary to attend) shall arrive by 17 1000 JUL 15 to meet with 1st BCT personnel regarding the schedule of the exercise. The Role Players shall arrive at Fort Drum, NY on 18 July 15 NLT 0700. 5.1.2. The Project Manager is not required to remain onsite during the exercise. 5.1.3. The Contractor shall provide 10 Iraqi Army uniforms (1 x Lieutenant General, 1 x Major General, 1 x Brigadier General, 5 x Colonel, 1 x Lieutenant Colonel, and 1 x Command Sergeant Major) for Iraqi Army role players and non-westernized dress for two interpreter role players. 5.1.4. The Contractor shall provide enough Non-Tactical Vehicles to be used for transportation purposes during this training event. 5.1.5. The Contractor shall be responsible for providing their own food and beverages. 5.2. ROLE PLAYERS: The Contractor shall provide all personnel to be able to perform the simulated events listed in Exhibit A of the Contract. Start time will be NLT 0730 daily. The Government POC will be given at award. 5.2.1. The Contractor shall provide 12 role players. Role players shall be required to work 12 hours per day and will receive a 30 minute lunch break. The Contractor shall provide transportation for movement of the role players between all work locations. Vehicle support will not be utilized from one exercise to another. 5.2.2. The Role Players shall be capable of speaking, reading and writing English on a high school level. The Role Players shall be fluent in Arabic. Role Players shall wear garb similar to that worn by native Iraqi civilians and Iraqi military. 5.3. SITE MANAGEMENT: The Contractor shall provide a Lead Site Manager / Role Player Supervisor. 5.3.1. Lead Site Manager / Role Player Supervisor will assist in the role player training along with conducting area familiarization in accordance with instructions from the Government POC. The Lead Site Manager/Role Player Supervisor will also attend daily coordination meetings throughout the dates listed for each exercise. The Lead Site Manager/Role Player Supervisor are required to stay in communications contact with the organizations, including, but not limited to, the Exercise Control (EXCON), Battalion Staffs, Brigade Staff, and Government POC. 5.3.2. The Lead Site Manager/Role Player Supervisor will serve in a role player capacity. 5.3.3. The Contractor shall provide one Site Manager/Role Player Supervisor per training scenario. The Site Manager/Role Player Supervisor will participate in scenarios. The Site Manager/Role Player Supervisor will assist in coordinating efforts between military sponsors and the contracted role players. The Site Manager/Role Player Supervisor will participate in the scenario development. Only one Site Manager/Role Player Supervisor will be required for the duration of the exercise. 5.4. TRAINING DETAIL: There shall be one lane of situational training that will require role player support. 5.4.1. Lane One: Key Leader Engagement: 5.4.1.1. The Contractor shall provide ten quote mark Iraqi Army quote mark role players to simulate Iraqi Army Division and Corps Staff during the Situational Training Exercise (STX). 5.4.1.2. The Contractor shall provide two quote mark Interpreters quote mark to act as Iraqi interpreters attached to each Advise and Assist (A&A) Team during the STX. 5.5. COORDINATION WITH THE GOVERNMENT POC: The Contractor shall coordinate with the Government POC prior to the Period of Performance to ensure all personnel know their roles, are aware of times and locations of events they are participating in. 5.6. ROLE PLAYERS: With your quote, please provide an email encrypted list of the role players to be used to the Contract Specialist. The list shall include the full name (to include middle name), date of birth, social security number, passport number if applicable, state drivers license or permit number to include the state. 5.7. REFERENCES: 5.7.1. The Contractor shall provide two references at the time of quote where they have performed Role Players work. References shall include the company name, point of contact, phone number, physical address, and email address. 5.7.2. The Contractor shall provide reference letters at the time of quote from those businesses indicating the type of work that was done.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/340e5a60ef664dd2e4600f51716e10b0)
 
Place of Performance
Address: MICC - Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
 
Record
SN03762099-W 20150613/150611235851-340e5a60ef664dd2e4600f51716e10b0 (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.