SOURCES SOUGHT
U -- Combatives services to provide a training
- Notice Date
- 12/21/2017
- Notice Type
- Sources Sought
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Campbell, Bldg 2174, 131/2 & Indiana St, Fort Campbell, Kentucky, 42223-1100, United States
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248COMBATIVES2018
- Point of Contact
- luis valencia, Phone: 2707987852
- E-Mail Address
-
luis.a.valencia.civ@mail.mil
(luis.a.valencia.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PERFORMANCE WORK STATEMENT (PWS) as of 18 April 2017 5th Special Forces Group (Airborne) PART 1 GENERAL INFORMATION 1. GENERAL: This is a non-personnel services contract to provide Special Operations Combatives Program (SOCP), Modern Army Combatives Program (MACP), and knife and stick fighting training. Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and services necessary to perform Special Operations Combatives Program (SOCP), Modern Army Combatives Program (MACP), and knife and stick fighting as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract. 1.2 Background: Due to mission requirements placed upon the 5th Special Forces Group (Airborne) (5th SFG (A) by United States Army Special Forces Command (Airborne) (USASFC(A) and the United States Army Special Operation Command (USASOC), Soldiers are at high risk of being unarmed and required to defend themselves against multiple or armed assailants. Because of this risk, 5th SFG (A) instituted a Combatives Training Program that integrates, Special Operations Combatives Program (SOCP) and Modern Army Combatives Program (MACP) training. This type of program requires subject matter expert (SME) trainers in order to train Soldiers in conventional and unconventional hand to hand combat techniques and the use of blade and blunt weapons. Learning and maintaining this particular skill set is vital training can be the difference between the life and death of Special Forces Soldiers. 1.3 Objectives: Establish, implement, and operate a program to train 5th SFG (A) Soldiers in conventional and unconventional hand to hand combat techniques and the use of blade and blunt weapons as set forth herein (the "Combatives Program"). The desire is for Soldiers to become exceptionally proficient hand-to-hand fighting techniques against multiple attackers and emerge with a favorable outcome. 1.4 Scope: The primary training focus is to provide a training, certification, and refresher training program to maintain proficiency in conjunction with the SOCP as primary training and the MACP as secondary training, while adhering to USASOC standards. This program will teach, certify, and maintain the proficiency of a 2,500 Soldier Special Forces unit in unconventional and conventional fighting techniques. Training of SOCP, MACP, and other Hand-to-Hand Combative training shall be supplied to all Soldiers assigned, attached, or working with the 5th SFG (A). Training will include lethal and non-lethal techniques to improve skills in both combat and non-combat environments. Further, the contractor shall certify MACP Levels 1 & 2, and SOCP Level 1. The contractor will be required to assist MCTC Combatives instructor(s), from Fort Benning, GA. during the MCTC course/certification. The Contractor will not be expected to certify students in MCTC. 1.4.1 Training shall be conducted while students are wearing all standard tactical and Ballistic Protective Equipment, Duty Uniform, physical fitness attire, or civilian clothing as required for that period of training. The 5th SFG (A) Combatives training program is designed for proper control of aggressive personnel in various operational situations. Contractor shall work with 5th SFG (A) personnel in developing scenario based training in order to defeat real world threats that Soldiers may encounter. At no time will contractor be given access to classified material for any purpose. 1.4.2 Contractor shall provide a lead instructor with additional instructors sufficient to maintain proper instructor to student ratio of 1 instructor per 12 students, with 40 students per class. All training will be conducted at Fort Campbell, KY. 1.4.3 Lead Instructor shall at all times be a SOCP Instructor, Level IV MACP, Black Belt in one of the following disciplines: Brazilian Jiu-Jitsu, or Israeli Krav Maga, or Hapkido, or Escrima, have experience with non-lethal techniques, experience in Muay Thai kick boxing, and experience in training, coaching and participating in combatives competitions. Lead instructor shall have previous experience teaching Martial Arts and other combatives skills to US Military. Lead instructor shall instruct, coach, host, referee, and overall supervise competition in Combatives style tournaments (as necessary to accomplish sessions within 5th SFG (A)), as required of a level IV Combatives Instructor, and in accordance with AR 350-1 and FM 3-25.150, and H2H Combat Manual 2011. 1.4.4 All Assistant Instructors shall be MACP Level II (certified) Black Belt in one of the following disciplines; Brazilian Jiu-Jitsu, or Krav Maga, or Hapkido, or Escrima, have experience with non-lethal techniques, and experience in training, coaching and participating in combatives competitions. Apprentices can only be used as additional instructors; apprentices may not be used as primary instructors. 1.4.5 If an instructor is absent for any reason, the contractor is responsible for providing a qualified instructor that meets all established standards. Qualified substitute instructor will ensure the full time operations of the 5th SFG (A) combatives program. 1.4.6 Contractor shall provide training in multiple fighting methods to include at a minimum: Special Operations Combatives Program, Modern Army Combatives Program, training in knife and stick fighting, and specialized training in prevalent art. Contractor shall provide role player and combatives instructor support to the other 5th SFG (A) training programs such as SFAUC, THOR3, and ASOT, as scheduled in the Fort Campbell area with a five day (5) notification (IAW PWS 5.9). Contractor shall also provide additional instructors as needed for safe and effective training. 1.4.7 At no time will Instructors be viewed, nor should they present themselves as a representative of 5th SFG (A). This includes use of the title "5th Special Forces Group Combative Instructor" in the commercial market, and as an identifier in personal matters. All media requests shall be referred to 5th SFG (A) Public Affairs Office (PAO). 1.4.8 All instructor degrees and certifications shall be accredited by the US Army Infantry School in Combatives and/or an internationally recognized Martial Arts Federations. These rankings substantiate the instructors' advanced technical abilities, knowledge, areas of expertise and abilities to train soldiers. Contractor must maintain SOCP certification annually through the duration of this contract and option years. 1.4.9 Computer Usage: All personnel must have a working knowledge of Microsoft Office, the ability to conduct research, construct reports, and be able to prepare Power Point presentations and other class materials, to include being able to provide certificates of graduation at the completion of training period. AT NO TIME WILL CONTRACTOR HAVE ACCESS TO NIPR OR SIPR NET. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (2) 12-month option years each of which is exercisable at the sole discretion of 5th SFG (A). The anticipated Period of Performance is as follows: Base Year 26 March 2017 - 25 March 2018 Option Year I 26 March 2018 - 25 March 2019 Option Year II 26 March 2019 - 25 March 2020 1.6 Reserved 1.7 General Information 1.7.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The plan shall detail methods to document and enforce the quality control operations of the Contractor. The contractor's quality control program is the means by which he assures himself that his work complies with requirement of the contract. The quality control plan must be delivered within 30 days of awarded contract to the Contracting Officer and COR within five (5) business days of any changes. After the Quality Control Plan (QCP) has been accepted by the Government, the Contracting Officer will notify the Contractor in writing of any purposed changes to the QCP. 1.7.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.7.3 Recognized Holidays: Contractor is not required to perform on the following federal holidays. January 1 st Monday of September 3 rd Monday of January 2 nd Monday of October 3 rd Monday of February November 11 th Last Monday of May 4 th Thursday of November July 4 th December 25 th * Any other Congressional or Presidential imposed Federal Holiday. 1.7.4 Hours of Operation: The contractor is responsible for conducting business between the hours of 0700hrs to 1600hrs during standard duty days Monday through Friday. Instructor is not expected to work more than 8 hours daily. Contractor shall not work Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Training will be scheduled to accommodate not less than one (1) SOCP classes and (1) Level I MACP classes per month, one each (1) Level II MACP classes per month, as well as open mat training one session per duty day not to exceed two (2) hours. Classes will have 40 personnel per course. One (1) MCTC (Master Combatives Trainer Course) class shall be scheduled Bi-Annually. The below training schedule will be used to coordinate dates of training for SOCP, MACP Level I & Level II. The dates are on or about (approximate dates), not exact. At tasking of 5th SFG (A) S3, with five (5) days' notice to COR, Contractor, and Combatives NCOIC, classes may be changed to accommodate knife & stick fighting or other fighting system due to mission requirements and parameters (i.e. MACP Level II may be changed to one week of knife & stick fighting and one week of additional SOCP class). SOCP and MACP Level 1 & 2 classes maybe cancelled IOT conduct MCTC Bi-Annually. 26 Mar - 30 Mar 2018 SOCP Level 1 02 Apr - 06 Apr 2018 MACP Level 1 09 Apr - 20 Apr 2018 MACP Level 2 23 Apr - 27 Apr 2018 SOCP Level 1 30 Apr - 04 May 2018 MACP Level 1 07 May - 18 May 2018 MACP Level 2 21 May - 25 May 2018 SOCP Level 1 28 May - 01 Jun 2018 MACP Level 1 04 Jun - 15 Jun 2018 MACP Level 2 18 Jun - 22 Jun 2018 MACP Level 1 25 Jun - 06 Jul 2018 MACP Level 2 09 Jul - 13 Jul 2018 SOCP Level 1 16 Jul - 20 Jul 2018 MACP Level 1 23 Jul - 03 Aug 2018 MACP Level 2 06 Aug - 10 Aug 2018 SOCP Level 1 13 Aug - 17 Aug 2018 MACP Level 1 20 Aug - 31 Aug 2018 MACP Level 2 03 Sep - 07 Sep 2018 SOCP Level 1 10 Sep - 14 Sep 2018 MCTC 17 Sep - 21 Sep 2018 MACP Level 1 24 Sep - 05 Oct 2018 MACP Level 2 08 Oct - 12 Oct 2018 SOCP Level 1 15 Oct - 19 Oct 2018 MACP Level 1 22 Oct - 02 Nov 2018 MACP Level 2 05 Nov - 09 Nov 2018 SOCP Level 1 12 Nov - 16 Nov 2018 MACP Level 1 19 Nov - 30 Nov 2018 MACP Level 2 03 Dec - 07 Dec 2018 SOCP Level 1 10 Dec - 14 Dec 2018 MACP Level 1 17 Dec - 28 Dec 2018 MACP Level 2 31 Dec - 04 Jan 2019 SOCP Level 1 07 Jan - 11 Jan 2019 MACP Level 1 14 Jan - 25 Jan 2018 MACP Level 2 28 Jan - 01 Feb 2018 SOCP Level 1 04 Feb - 08 Feb 2018 MACP Level 1 11 Feb - 22 Feb 2018 MACP Level 2 25 Feb - 01 Mar 2018 04 Mar - 08 Mar 2018 11 Mar - 22 Mar 2018 SOCP Level 1 MACP Level 1 MACP Level 2 1.7.5 Place of Performance : The work to be performed under this contract will be performed at the 5th SFG(A) Combatives Facility, Bldg. 3203 Indiana Ave, or other specified facilities within Fort Campbell. 1.7.6 Reserved 1.7.7 Security Requirements : Access and general protection policy and procedures. All contractor employees, including subcontractor employees, requiring access to an Army or USSOCOM controlled installation, facility, or area shall comply with applicable security policies and procedures (provided by the government representative). This includes policies pertaining to the use or prohibition of electronic recorders, devices, cameras, etc. If the Contractor is required to take photographs or videos on a Government Installation, the Contractor must obtain written permission from the Senior Commander. The contractor shall also provide all information required for background checks to meet installation and facility access requirements to be completed by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, USSOCOM, USASOC and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should Force Protection Condition (FPCON) at any individual facility or installation change, the government may require changes in contractor security matters or processes. 1.7.8. For contractors that do not require CAC, but require a federal ID access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. When issued by local authority the Contractor shall report departed employees and the dates their local identification cards were returned to the COR or the Installation issuing facility as of the last day of the month on a monthly basis. The report will include the names and circumstances of those departed employees whose local identification card was not retrieved. Negative reports are required. 1.7.9. iWATCH training. The Vendor and all associated sub contractors shall brief all employees on the local iWATCH program (training standards provided by the government requiring activity Antiterrorism Officer (ATO)). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR or the designated security office. Training shall be completed within 60 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 90 days after contract award and new employees' commencing performance. 1.7.10. Requirement for OPSEC training. Per AR 530-1, Operations Security, new contract employees must complete OPSEC Level I training within 30 calendar days of reporting for duty. All contract employees must complete annual OPSEC Awareness Training. 1.7.11. Will be escorted in areas where they may be exposed to classified and/or sensitive materials. All contractor employees, including subcontractor employees who are not in possession of the appropriate security clearance, will be escorted in areas where they may be exposed to classified and/or sensitive materials. The Vendor will coordinate with the COR and/or the facility security office for access when required. (Use when security clearances are not required, i.e. facility repair or construction) 1.7.12. NCIC and terrorist threat data base screening required. All contractor employees, including subcontractor employees, who are not in possession of a current Common Access Card (CAC) will be vetted by the local security office to determine fitness and eligibility for access IAW DTM 09-012, paragraph 2.b(4) to include but not limited to an NCIC III and Terrorist Database screening. The Vendor will ensure that the government has sufficient biographical information to conduct said screening including, but not limited to the person's name, date of birth, and social security number. 1.7.13. Pre-screen applicants using E-Verify Program. The Vendor must pre-screen applicants using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The vendor must ensure that the applicant has two valid forms of government issued identification. 1.7.14. The contractor shall be responsible for safeguarding information of a confidential or sensitive nature. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. All programs and materials developed at government expense during the course of this PWS are the property of the government. Contractor shall provide for his personnel proof of current U.S. citizenship and eligibility to pass a standard non-classified, National Agency Check (NAC), but is not required to obtain a Secret Clearance. 1.7.15. Vehicle Registration: Contractor personnel operating a privately owned vehicle (POV) on Fort Campbell, KY will comply with all installation requirements, including registering personally owned vehicles (POVs) operated on post. State registration, proof of insurance and a valid driver's license are required in order to register a POV. Personnel are required to register through the Provost Marshall's Office, Vehicle Registration, Building A5004 (gate 4). Vehicle passes and decals of terminated employees shall be returned to the Provost Marshal within one (1) workday. Contractor employees who are retired military or dependents and have a valid DoD ID card do not need additional installation access permits. Fort Campbell Military Installation is a limited access post with controlled gate openings and closures. Changes to gate operating times are normally published in the Fort Campbell "Screaming Eagle Bulletin". Unscheduled gate closures by the Military Police may occur at any time, and personnel entering or exiting the installation may experience delays. Contractor and privately owned vehicles (POVs) on the installation are subject to search at any time. RAPID Gate is a voluntary access protocol used by the installation to help expedite access on to the installation. Contact Fort Campbell Contracting Office or Provost Marshall's Office, Vehicle Registration for information. 1.7.16. Contractor Employees: The contractor shall be responsible for the conduct of employees during the duty day while performing work. No employee or agent of contractor shall possess or be under the influence of alcohol or any illegal substance. Government rules, regulations, laws, directives and requirements that are issued during the PWS term relating to law and order, administration and security on the installation shall be applicable to all contractor employees or representatives who enter the installation. Violation of such rules, regulations, laws, directives or requirements shall be grounds for removal (permanent or temporary as the Government determines) from the work site by the Contracting Officer and termination of this PWS. 1.7.17. The Government has the right to restrict the employment of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well- being or operational mission of the Installation and its population. 1.7.18. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest; nor shall the contractor employ any person who is an employee of the Department of the Army, either military or civilian, unless such person seeks and receives advanced written approval in accordance with Joint Ethics Regulation DOD 5500.7-R. 1.7.19. Employees and agents of contractor shall be US Citizens and be able to read, write, speak and understand the English language fluently. 1.7.20 Physical S ecurity: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.7.21 Key Control : The Contractor shall establish and implement methods of making sure all keys issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.7.21.1 In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.7.21.2 The Contractor shall prohibit the use of Government issued keys by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.7.22 Special Qualifications : Pursuant to Department of Defense Instruction 2000.16, "DoD Anti-Terrorism Standards," each contractor employee or agent who needs access to Fort Campbell, Kentucky, must complete Level I anti-terrorism awareness training and receive certificate of training. The training is publicly available at https://atlevel1.dtic.mil/at. Contractor shall provide certificates to the Contracting Officer. If an automated system is not available, contractor may conduct required training (i.e., as part of Quality Control or Safety training) and provide the names of all contractor employees and agents and evidence of certification to the Contracting Officer. 1.7.23 Post Award Conference/Periodic Progress Meetings : The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.7.24 Contracting Officer Representative (COR) : The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. 1.7.25 Key Personnel : The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0700 hours 1600 hours, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.7.26 Identification of Contractor Employees : All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractors are not required to wear badges during the execution of their daily duties while in the 5 th SFG (A) combatives facility. 1.7.27 Data Rights : The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.7.28 Organizational Conflict of Interest : Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.7.29 PHASE IN /PHASE OUT PERIOD : To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 15 days prior to phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date. 1.7.30 SECURITY SCREENING : The Vendor must facilitate the security screening process for CRPs (US/Non-US citizens who do not require a security clearance and/or access to classified information) by ensuring the applicants complete the require security documentation (Privacy Act Advisement, SF85P, Fingerprint Cards, OFI Form 86C Special Agency Check (SAC), Intelligence Security Questionnaire, and a National Intelligence Agency Spreadsheet). The Vendor is responsible for translation services required for non-English speaking / writing applicants for assistance in completing the security screening packets. A blank security CI-screening packet will be provided to the Vendor by the Contracting Office upon request. For Linguist support, the Vendor must acquire a PSI-CoE PSIP account to submit the require background investigations. An initial list of applicants must be provided to the COR NLT 7 business days after the initial contract award to start the CI-focused security screening process. 1.7.30.1 SECURITY SCREENING PACKETS : The Vendor must provide the completed security screening packets in a sealed envelope/box to the designated security office conducting the CI-focused security screenings at least 70 days prior to the start of the scheduled training/exercise. The Vendor must ensure that applicants are available for scheduled interviews. The Vendor must provide the COR notification of those applicants who will not be available for interviews prior to the scheduled event. 1.7.30.2 SECURITY SCREENING NOTIFICATION : The COR will notify the Vendor of the access determination for each applicant after the CI-focused screenings are complete. The Vendor must providea final list of vetted/approved applicants to the COR at least 7 business days prior to the start of the training/exercise event to insure that the Installation Security Office is notified in advance. PART 2 DEFINITIONS & ACRONYMS 2. Definitions and Acronyms : 2.1. DEFINITIONS 2.1.1 COMBATIVES PROGRAM. The training program that is subject of this PWS, as discussed in section 1.3 above. 2.1.2. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.3. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.4. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.5. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.6. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.7. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.8. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.9. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.10. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.11. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.12. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.13. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.14. WORK WEEK. Monday through Friday, unless specified otherwise. 2.1.15 SPECIAL OPERATIONS COMBATIVES COMBATIVES PROGRAM (SOCP). Program of fighting instruction used specifically by US Army Special Operations. 2.1.16 MODERN ARMY COMBATIVES PROGRAM (MACP). Program of fighting instruction used by general US Army Soldiers as described in AR 350-1, FM 3-25.150 2.1.17 ASP : Armament Systems and Procedures, Inc., is an defensive compliance weapons manufacturer providing equipment to law enforcement and private security companies. ASP is perhaps best known for its telescoping batons. 2.1.18 SIPR : Secure Internet Protocol Router. Classified network on US Military computer systems 2.1.19 NIPR : Non-Secure Internet Protocol Router. Non-classified network on US Militar computer systems. 2.1.20 Contingency Training (CT): Training outside of normal duties hours, to be used in event of national emergency or emerging requirements to improve the skill set of the force. 2.2. ACRONYMS : ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CCE Contracting Center of Excellence CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit SOCP Special Operations Combatives Combatives Program MACP Modern Army Combatives Program MCTC Master Combatives Trainer Course ASP Armament Systems and Procedures SIPR Secure Internet Protocol Router NIPR Non-Secure Internet Protocol Router CT Contingency Training PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES : 3.1 Services and Equipment : Government will provide equipment; i.e. uniforms, helmet, tactical gear, to the instructors in order to better facilitate training and provide better demonstrations to students. AT NO TIME WILL CONTRACTORS HAVE ACCESS TO NIPR OR SIPR NET. 3.2 Facilities : The Government will provide office space, desk, chairs, filing cabinet, wall locker, shelves, materials, standard business equipment and utilities, access to copier, and resources required to complete the tasks for all on-site contractor personnel. The contractor shall comply with all Government property requirements and regulations. Combatives facility is building 3203 Indiana Ave, Fort Campbell, KY. The Government will provide emergency medical care for contractor personnel injured on-the-job or experiencing emergency illness at Blanchfield Army Community Hospital (BACH). Emergency medical care will be limited to those services necessary to prevent undue suffering or loss of life. Emergency care provided to contractor personnel will be priced at the established Army rate and the contractor shall provide reimbursement to the Government. 3.3 The government shall: provide monthly QASP counseling in order to provide timely feedback to the contractor of worked performed during the previous month and suggestions for improvement if necessary. Provide equipment or products as requested by contractor in order to facilitate improved training. Supply requests must be documented in writing to the COR. Equipment and maintenance supplies are subject to approval from the COR chain of command. Some supply\ equipment requests may not be fulfilled. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES : 4.1 General Contractor shall provide personnel possessing the skills, knowledge, and training to satisfactorily perform the services required by this PWS. Contractor shall maintain records of training, qualifications, and/or certification. Personnel performing work under this PWS shall remain employees or agents of the contractor and are not considered employees or agents of the Government. 4.2 Training records and certificates of completion. SOCP and MACP graduate records, as well as any other training certificates, must be maintained throughout the PWS period and relinquished upon request or within 5 calendar days of completion of training. Files will be maintained at the 5th SFG (A) Combatives Facility in a filing cabinet. No personally identifiable information other than name and rank will be used on certificates. Contractor will maintain account of personnel that have attended training and what courses they have completed. Contractor will also maintain a daily log of personnel that have attended course training or open mat training. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.0 General Information For all sessions, the Contractor must at all times maintain a workforce of one (1) instructor per 12 students for the uninterrupted performance of all tasks defined within this PWS. The set number of trainees per all training session will be 40 Soldiers. The number of trainees may vary, but the contractor will provide 12 to 1 ratio for 40 students for all events. 5.1. Combatives Level I Combatives Level I is designed to teach basic combatives techniques. The level I instructor training course should be taught at the battalion level by a level III instructor and certified by a LTC (0-5) Commander. Level I qualified instructors can teach the basic combative drills and tasks. An approved training environment should provide 16 sq. ft. of training area per buddy team. When training in-doors it is recommended not to wear footgear. When training outdoors it is recommended to wear footgear such as physical training shoes. All training for Combatives Level I shall be IAW AR 350-1, FM 3-25.150, H2H Combat Manual 2011 and any guidance provided by the Fort Benning Combatives School. Basic Combatives Course Level I is approximately 40 hours of training and can be accomplished in a consecutive manner. Twelve (12) courses conducted each year. 5.2 Combatives Level II Combatives Level II is tailored to teach advance techniques, teaching methodologies and Philosophies. The program is designed to build on the Skill acquired in Combatives Level 1 and prepare for MCTC. Combative Level II shall be IAW AR 350-1, FM 3-25.150, H2H Combat Manual 2011 and any guidance provided by the Fort Benning Combatives School. Combatives Course Level II is approximately 80 hours of training and can be accomplished in a consecutive manner. Twelve (12) courses conducted each year. 5.3 Master Combatives Training Course Assistance Master Combatives Trainer Course can only be certified by the Fort Benning Combatives School. The contractor will assist the Instructor from Fort Benning during the MCTC certification process. MCTC is a 160-hour, four-week course that builds off of the skills taught in the Basic Combatives Course and Tactical Combatives Course. MCTC shall be IAW AR 350-1, FM 3-25.150, H2H Combat Manual 2011 and any guidance provided by the Fort Benning Combatives School. One (1) course conducted each year. 5.4 Special Operation Combatives Training SOCP training, (this is not included in the MACP POI) students will learn the warrior's mindset is the unique ability to make conscious choices under life and death pressure. The warrior's ability to have control over his emotions and his body directly contributes to his ability to make the right decision under the harshest of circumstances. These abilities can be natural but they are often developed through a combination of experience, confidence, and tough realistic training. Students will be trained on the employment of realism-based, task specific combatives while in full equipment (kit), civilian clothing, and with weaponry. Students will learn weapons transition and retention while on the ground and standing; ambush attacks; fighting multiple assailants as an individual or as a team, and using full force continuum (lethal/less than lethal) SOCP training. Twelve (12) courses conducted each year. Other training included in SOCP, but not MACP, includes the effects of adrenaline, employing blades, improvised weapons and principles, the 9-7-5 circuit, cuffing and restraint techniques, and vehicle interdiction/extraction. Work with 5th SFG (A) personnel in developing scenario based training in order to defeat real world threats that may be encounter. At no time will contractors be given access to classified materials for review or development of the scenario. 5.5 Open Mat sessions Open mat session consist minimal training focused more on master technique. Open mat shall be approximately 2 hours daily, not to exceed 10 hours a week. 5.6 Knife and Stick sessions Shall consist of basic fighting techniques using a knife and stick; approximately 6 sessions per month, not to exceed 2 hour per session 5.7 Contingency Training Contingency training is dictated by mission and essential skills needed for the mission. Contingency training will not exceed 3 hours per session at 15 sessions per year. Contingency training will be funded in advance by 5 th SFG (A). Contingency Training (CT) may be necessary from time to time to support mission requirements. Contractor must support 10 annual CT sessions in each year of performance. C ontingency training could be as many as a company of Soldiers, approximately 100 personnel. Training could include an abbreviated version of SOCP, MACP Level 1 & 2, or knife and stick fighting only, depending on mission requirements. Mission will dictate everything in contingency training. CT will only be utilized on rare occasions (i.e., emerging requirement or national security emergencies). The COR will notify the Contractor 24 hours prior to all CT session requirements. 5.8 Week of the Eagle Contractor shall support Combatives Tournament during week of the Eagle to include instructing, coaching, refereeing, and hosting. Week of the Eagle participation shall not exceed past normal business hours and shall not exceed 40 hours per the event. 5.9 Role Player Support Contractor shall support four (4) training events on Fort Campbell by assisting in scenario based field training exercises. The contractor will provided role player at a 12 to 1 ratio for a set number of 40 soldier trainees. The training event shall not exceed a 40 hour a week time frame. 5.10. CONTRACTOR MANAGEMENT REPORTING (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 5th Special Forces Group 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/. 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 at help desk at: http://www.ecmra.mil/. The required information includes: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative Contract number, including task and delivery order number Beginning and ending dates covered by reporting period Contractor name, address, phone number, e-mail address, identity of contractor employee entering data Estimated direct labor hours (including subcontractor) Estimated direct labor dollars paid this reporting period (including subcontractors) Total payments (including subcontractors) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different) Estimated data collection cost Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information) Locations where Contractor and subcontractors perform the work (specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website Presence of deployment or contingency contract language Number of Contractor and subcontractor employees deployed in theater this reporting period (by country) As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) SOC-P Training Guidance from the US Army Special Operations Center of Excellence, AR 350-1, FM 3-25.150, and H2H Combat Manual. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (Combatives Program) Standards FM 3-25.150 AR 350-1 SOCP POI H2H Combat Manual 2011 Performance Threshold Method of Surveillance PRS # 1. The contractor shall provide Combatives training in accordance with PWS. 20% of students shall be randomly picked from graduating class. Students must be able to execute 5 different techniques learned during the course as picked by the Combatives NCOIC or COR. 90% of students must pass standards. Random sampling PRS # 2 Student complaints Student complaints must be verified and validated by either the Combatives NCOIC or COR No more than three validated student complaints per quarter. Validated student complaint PRS # 3 Quality Assessment Surveillance Program Monthly Counseling with COR Contractor fulfills 90% of objectives on counseling form 100% Monthly PRS # 4 After Action Reviews One per student to validate quality of training. No more than 30% of students of students providing negative feedback to performance. 100% provided by students TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Anticipated Frequency # of Copies Format Submit To Certificates of training Per class 1 primary for student, 1copy for 5 th SFG(A) database Power point 5 th SFG(A) Combatives NCOIC and\or COR
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7609774cfe82f92eaf27978a5f10b06e)
- Place of Performance
- Address: FORT CAMPBELL KY, FORT CAMPBELL, Kentucky, 42223, United States
- Zip Code: 42223
- Record
- SN04774592-W 20171223/171221231920-7609774cfe82f92eaf27978a5f10b06e (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 |