SOURCES SOUGHT
U -- WATER EGRESS TRAINING
- Notice Date
- 9/10/2018
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, Minnesota, 56345-4173
- ZIP Code
- 56345-4173
- Solicitation Number
- W912LM-18-Q-0071
- Archive Date
- 9/28/2018
- Point of Contact
- Jacob Lozano, Phone: 3206162749
- E-Mail Address
-
jacob.p.lozano.mil@mail.mil
(jacob.p.lozano.mil@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- PERFORMANCE WORK STATEMENT (PWS) FOR Aviation Survival and Egress Training Services 1.0 General. 1.1 Scope. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Aviation Survival and Egress Training Services, as defined in this PWS 1.2 Background. 34 ECAB mobilization training requirement. All rotary wing aircrew personnel must have Over Water Survival Training to meet CENTCOM theater entry requirements per AR 95-1 (March 2018). Mobile Training Team conducting the training in Minnesota will save significant travel costs due to number of personnel who require the training. 1.3 Period of Performance (PoP). 27-28OCT18, 17-18NOV18, and 21-22FEB18. 1.4 General Information: 1.4.1 Quality Control (QC). n/a 1.4.2 Quality Assurance (QA). Services shall be monitored in accordance with Performance Requirements Summary (Technical Exhibit 1). 1.4.3 Recognized Holidays. n/a 1.4.4 Place and Performance of Services. Services are to be performed in three iterations, 27-28OCT18, 17-18NOV18, and 21-22FEB18. Expected hours the contractor shall provide services are 0800-1630 each day services are provided, however, services will be rendered for as long as necessary to accommodate throughput of up to 40 students per iteration. Performance shall be at YMCA of the Greater Twin Cities- West Saint Paul, 150 Thompson Avenue East, West Saint Paul, MN 55118. The contractor shall provide a minimum of two (2) qualified instructors per iteration. 1.4.4.1 Unscheduled gate closures. n/a 1.4.4.2 Installation regulations compliance. n/a 1.4.5 Installation Security Requirements. n/a 1.4.5.1 COMSEC/IT Security. All communications with DOD organizations are subject to communications security (COMSEC) review. All telephone communications networks are continually subject to intercept by unfriendly intelligence organizations. DOD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DOD organizations. Therefore, the contractor is advised that any time contractor place or receive a call they are subject to COMSEC procedures. The contractor shall ensure wide and frequent dissemination of the above information to all employees dealing with DOD information. The contractor shall abide by all Government regulations concerning the authorized use of the Government's computer network, including the restriction against using the network to recruit Government personnel or advertise job openings. 1.4.5.2 Use of Government Information Systems (IS) and access to Government networks. n/a 1.4.5.3 Protection of Personally Identifiable Information (PII). The contractor shall protect all Personally Identifiable Information (PII) encountered in the performance of services in accordance with DFARS 224.103 and DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R. If a PII breach results from the contractor's violation of the aforementioned policies, the contractor shall bear all notification costs, call-center support costs, and credit monitoring service costs for all individuals who's PII has been compromised. 1.4.5.4. CAC Requirements. n/a 1.4.5.5 AT Level 1 Awareness Training (AT). n/a 1.4.5.6 Information Assurance (IA)/Information Technology (IT) Training. n/a 1.4.5.7 Information Awareness. n/a 1.4.5.8 WATCH Training. n/a 1.4.5.9 OPSEC Training. n/a 1.4.5.10 OPSEC SOP/Plan. n/a 1.4.5.11 Classified Information. n/a 1.4.6 Physical Security. The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government equipment and materials shall be secured. 1.4.6.1 Key Control. n/a 1.4.7 Special Qualifications. Contractor shall ensure all instructor employees are fully trained and qualified to safely operate SWET chair, HEEDs bottles, pre-breathing station, and SCUBA tanks. 1.4.8 Post Award Conference/Periodic Progress Meetings. The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.9 Contract Manager (CM). The contactor shall designate a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The CM shall work through the COR, (or the KO if a COR is not assigned), to resolve issues, receive technical instructions, and ensure adequate performance of services. The CM shall ensure that contractor employees do not perform any services outside the scope of the contract without an official modification issued by the KO. The CM shall ensure contractor employees understand that services performed outside the scope of the contract are performed wholly at the expense of the contractor. 1.4.10 Identification of Contractor Employees. All contractor 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 that they are Government employees. The contractor shall ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. The contractor's status as a "contractor" shall be predominantly displayed in all correspondence types (to include signature blocks on email) and dealings with Government or non-Government entities/ Contractor personnel shall wear identification badges distinguishing themselves as such. The badges shall have the company name, employee name and the word "contractor" displayed. The contractor shall retrieve all identification media (including vehicle passes) from their employees who depart employment for any reason. All identification media (i.e., badges and vehicles passes) shall be returned to the KO within 14 days of an employee's departure. 1.4.11. Combating Trafficking in Persons. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government's zero tolerance policy, the actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment. The Contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17. 1.4.12 Contractor Travel Contractor travel is included in price. 1.4.13 Organizational Conflicts of Interest (OCI). The contractor and subcontractor personnel performing services 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 OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO 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 KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO 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. 2.0 Definitions and Acronyms. 2.1.1 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. 2.1.2 CONTRACTING OFFICER (KO). 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. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. 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. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes nonmanufactured things such as meeting minutes or reports. 2.1.6 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. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS: AEI AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation AT/OPSEC Antiterrorism/Operational Security CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer 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 DOD Department of Defense FAR Federal Acquisition Regulation GFP/M/E/S Government Furnished Property/Material/Equipment/Services IA Information Assurance IS Information System(s) KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PII Personally Identifiable Information 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 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract: 3.1 Property: The Government will furnish the necessary workspace for the contractor to perform services outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. 3.2 Materials: N/A 3.3 Equipment: N/A 3.4 Services: N/A 3.5 Utilities: All utilities in the facility will be available for the contactor's use in the performance of this contract. The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 4.0 Contractor Furnished Property, Materials, and Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 5.0 Requirements: The contractor shall: 5.1 Host and conduct Overwater Survival Training utilizing the Shallow Water Egress Trainer (SWET) and Helicopter Emergency Egress Device (HEEDS) for the 34th ECAB. 5.1.1 Conduct training on the dates of 27-28OCT18, 17-18NOV18, and 21-22FEB18. 5.1.2 Conduct training in a manner that meet CENTCOM Theater Entry Requirements IAW FTN 1200C063665 and AR 95-1. 5.2 Contractor Manpower Reporting Application (CMRA). 5.2.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 34 ECAB via a secure data collection site. 5.2.2 The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall 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 http://www.ecmra.mil. 6.0 Applicable Publications. Publications applicable to this PWS are listed below: Publication (Chapter/Page) Date of Publication Mandatory or Advisory Website AR 95-1 (8-11 f3)22 March 2018Mandatorywww.armypubs.army.mil   TECHNICAL EXHIBIT 1 Performance Requirements Summary This Performance Requirements Summary includes performance standards. The Government will use these standards to determine contractor performance and will compare contractor performance to the Acceptable Quality Level (AQL). PWS Paragraph TaskPerformance Standard Acceptable Quality Levels (AQL) Surveillance Method / By Whom 5.1The contractor shall host and conuduct Conduct Over Water Survival TrainingThe contractor shall train all air crew members the 34 ECAB requires IOT meet CENTCOM Standards (5.1.2) Failure to train required number of flight crew members for the 34 ECAB Periodic Inspection - 34 ECAB shall observe training and track number flight crew members trained.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM-18-Q-0071/listing.html)
- Place of Performance
- Address: REFER TO PWS, United States
- Record
- SN05081720-W 20180912/180910231556-72c577a510afbfcd7a7ebfe567a10b6a (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 |