SOLICITATION NOTICE
W -- CERFP CTE ROLE PLAYER, RESET AND LIFE SUPPORT
- Notice Date
- 2/10/2020 3:49:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W7NW USPFO ACTIVITY OR ARNG SALEM OR 97309 USA
- ZIP Code
- 97309
- Solicitation Number
- 11447428
- Response Due
- 3/10/2020 3:00:00 PM
- Archive Date
- 03/25/2020
- Point of Contact
- Deannie L. Darrow, Phone: 5035843435
- E-Mail Address
-
deannie.l.darrow.civ@mail.mil
(deannie.l.darrow.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Notice type:� Combo Synopsis Posting date:�� �February 10, 2020 Response date:� March 10, 2020 � Class Code:� W-Lease or Rental of Equipment NAICS: 561210: Government Base facilities operation support services FSC: W099 Solicitation #:� 11447428 Place of Performance:� Portland, OR SET Aside-���� Total Small Business Contracting Office Address:�� United States Property and Fiscal Office, ATTN:� USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with 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 solicitation is No. 11447428 and is issued as a Request for Quote (RFQ). Request for Quotes are due by March 10, 2020 at 3:00 p.m. (PST).� The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. �National American Industry Classification System (NAICS) code for this acquisition is 561210. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services:������ Specifications, Requirements and Address SPECIFICATIONS: The contractor shall provide materials and services to accomplish all tasks outlined in this Performance Work Statement throughout the period of performance of the contract.� Dual locations. Location: Warrenton, Oregon and Portland, Oregon � Period of Performance: �3-8 April 2020 CLIN 001 Incident Management Team support-section 5 and Annex A--one (1) job Provide National Incident Management Subject Matter Expert (SME) Role player support in accordance with (IAW) the Performance Work Statement (PWS) and Annex A specifications - CLIN 0001 Total $_____________________________________________ CLIN 002 Moulaged Role Players and Support section 5.4 and Annex A--One (1) job Provide Thirty (30) Moulaged Role Players and Support to Role Play exercise play for the 03-08 April 2020 exercises IAW the PWS and Annex A,. CLIN 0002 Total $_____________________________________________ CLIN 003 Provide Mannequins- section 5.4 and Annex A--one (1) job Provide Thirty (30) mannequins (some with SIMPAD systems) in accordance with the Annex A CLIN 0003 Total $_____________________________________________ CLIN 004 Establish Training Lanes - Section 5.5 and Annex A--one (1) job Provide a SVCS training package of lumber materials IAW PWS and Annex A CLIN 0004 Total $_____________________________________________ � CLIN 005 Provide Toilets and hand wash stations with service at Camp Rilea IAW Annex A--one (1) job Provide Thirty (30) toilets and ten (10) hand wash stations IAW Annex A CLIN 0005 Total $_____________________________________________ CLIN 006 Provide Toilets and hand wash stations with service at Portland Air National Guard (PANG) IAW Annex A-- one (1) job Provide four (4) toilets and four (4) hand wash stations IAW Annex A CLIN 0006 Total $_____________________________________________ CLIN 007 Provide one (1) 10x10 Garbage Dumpster at PANG IAW Annex A- -one (1) job CLIN 0007 Total $_____________________________________________ CLIN 008 Provide one (1) construction dumpster at Camp Rilea IAW Annex A--one (1) job CLIN 0008 Total $_____________________________________________ � CLIN 009 Provide Real-World medical support IAW PWS Section 5.6 and Annex A- one (1) job CLIN 0009 Total $_____________________________________________ � CLIN 010 Provide one (1) all-terrain heavy forklift, with driver-one-- (1) job Provide forklift operations IAW Annex A CLIN 010 Total $_____________________________________________ � CLIN 011 Provide Gray Water Removal at Camp Rilea IAW PWS section 5.7-- (1) job CLIN 011 Total $_____________________________________________ � CLIN 0012- Army Contractor Manpower Reporting Requirement (yearly requirement).� Include price for this reporting requirement (see requirement below) or indicate �No Charge�.� � CLIN 0012 TOTAL $________________________________________ QUOTE TOTAL $_________________________________________ � Requirements for your quote:� Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with the total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation.� Clause 52.219-14 -- Limitations on Subcontracting By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9. This announcement is the solicitation which will result in a firm fixed-price contract. Offerors can submit their quote any time before the due date to: Deannie L. Darrow Contract Specialist, USPFO for Oregon P&C deannie.l.darrow.civ@mail.mil 503-584-3435 � PERFORMANCE WORK STATEMENT Oregon National Guard OR-CERFP Collective Training Exercise (CTE) Role Player, Rubble Pile Reset and Life Support Short Title: OR CTE Role Player/Reset/Life Support 03-08 April 2020 Background:� The� Oregon National Guard use Structure Collapse Simulators (SCS) to simulate the collapsed state of buildings due to a natural disaster or a domestic terrorism event. The use of these simulator venues supports regional training and exercises to enhancing domestic contingency preparedness exercises and evaluations of the Oregon National Guard Chemical, Biological, Radiological, and Nuclear (CBRN) Enhanced Response Force Package. A Structure Collapse Venue Site (SCVS) is a location where one or more SCS are used to simulate the collapsed state of buildings. These SCVS and surrounding areas were built up to be realistic, challenging, maintainable, and to provide the needed skill lanes.� They are located on Camp Rilea, Warrenton, Oregon. The training venue provides command and tactical skill challenges of such complexity that repetitiveness does not breed familiarity with the training prop and training lanes. The SCVS is of sufficient size and complexity to keep all Guard teams training in a realistic condition and environment so individuals gain valuable experience and expertise working on a simulated ""real world"" incident. ����� In addition, The NGB J39 provides the Chief, National Guard Bureau (CNGB) with subject matter expertise on joint doctrine, training, education, and exercises to ensure a trained and balanced National Guard force ready to support any mission of the several States or Combatant Commanders.� The NGB J39 is tasked to develop and support regional training and exercise activities aimed at enhancing domestic contingency readiness. NGB J39 ensures these functions are integrated and complementary where appropriate.� NGB uses role players to simulate realistic conditions encountered by National Guard responders in a natural disaster or domestic terrorism events. �The use of role players is required to support regional training and exercises to enhance domestic contingency preparedness exercises and evaluations of CBRN Enhanced Response Force Package (CERFP), and other CBRN response capabilities � � � � � � � � � � � � � � � � � 2. Concept:� This Performance Work Statement establishes performance requirements for contractor tasks necessary to provide Exercise Control, Incident Management, Victim Role Players and support to SCVS lanes training. The following Exercise Objectives have been identified by the CST and CERFP Exercise planners for this exercise: � ����� 1. Alert, Notify, Deploy, Report and Monitor all elements of the Oregon National Guard�s CBRN Response Enterprise, who are the OR CERFP and the OR Joint Operations Center ����� 2. Conduct day operations (approximately from 6:00am to 6:00pm daily) from the start of alert to ���������� completion of Incident Command Site Objectives.� ����� 3. Establish and synchronize mutually supporting CST and CERFP operations in a single and multiple joint areas of operations. ����� 4. Conduct Victim Search and Rescue, CBRN Consequence Management, Medical Triage and Stabilization, Asses the Operational Situation and provide CBRNE Command and Control ����� 5. Provide base life support functions to Oregon National Guard personnel to include real-world medical support and transportation and gray water removal.� 3. Requirements: The contractor shall perform the requirements below in accordance with the Performance Requirements. Personnel assigned to this task shall possess the skills and expertise necessary to perform assigned tasks associated with this order 4. Scenario:� The training scenario for CTE� will be a 20 kiloton nuclear detonation.� The training environment will feature blast effects in an urban environment to include: prompt effects from nuclear blast; flash burns; fires; blindness; radiation; blast injuries; electromagnetic pulse, and mechanical injuries.� Delayed effects will include: dangerous fallout radiation; collapsed and partially collapsed and unstable structures; psychological stress, and overwhelmed hospitals and infrastructure. 5. Tasks/Requirements: The contractor shall perform the tasks below in accordance with the Performance Requirements listed. Personnel assigned to these tasks shall possess the skills and expertise necessary to perform assigned tasks associated with this order.� Task 5.1, Program Management:� The contractor shall provide materials and services to accomplish all tasks outlined in this Performance Work Statement throughout the period of performance of the contract.� The contractor shall prepare for and participate in meetings and reviews when required or directed by the Contracting Officer�s Point of Contact (POC). Attend planning meetings via teleconference or in person upon contract award. Planning meeting schedule listed below.� If contractor would like to attend planning meetings in person then they may do so at their own cost.� Meeting locations Camp Rilea, OR The POC will be available on site for a site survey 10 days after contract is award. Final Planning Meeting (FPM) � March 31, 2020 CTE Kick-off Meeting � April 3, 2020 The contractor will participate in scheduled teleconferences upon contract award and attend the kick-off meeting on 03 April 2020, located at Camp Rilea, OR.� The contractor shall resolve action items assigned to the contractor at this meeting and follow on meetings deemed necessary by the contractor or the POC. The contractor shall provide support in accordance with this PWS for the following exercise: 03-08 APRIL 2020 OR CTE ����� ����� Task 5.2, Contractor�s Management Report:�� The Contractor�s Daily Status Report (DSR), indicates the progress of the work, status of the program and of the assigned tasks. This report shall include information relating to accomplishments, existing or potential problem areas and proposed action to resolve the problems. The contractor must include the DSR with each invoice submitted for payment to the POC.� ����� ����� Task 5.3, Incident Management Team Support: Provide 6 Personnel to exercise Incident Management Support for the 03-08 APR 20 exercises. These personnel include an Incident Commander, Safety Officer, Finance/Admin Officer, Logistics Officer, Operations Officer, and Planning Officer. Exercise IAW the PWS. ����� ����� Performance Requirements for Task 5.3 Training will continue during inclement weather. The vendor is responsible for providing transportation to, around, and from the training sites for the IMT team. National Incident Management Subject Matter Expert (SME) Role Player Support: ����������� SME�s should possess as many of the following characteristics as possible: - Understanding of first response agencies and their capabilities - Understanding of a CST and CERFP capabilities - HSEEP Certification - Planning and Decision making capabilities - Understanding of Municipal Government & Internal departments and capabilities - Understanding of Oregon and and Regional Task Force Teams (how they function & capabilities). - Complete knowledge of ICS forms as they apply - Emergency response and fire ground experience (firefighter) - Actual HAZMAT response experience (HAZMAT responder) -Emergency Management expertise -All-Hazards IMT Trained -At least 2 members must have experience working with Federal Emergency Management Agency.CRE elements during EXEVALs, CTEs Exercise. - Emergency Operations Center experience (actual working experience) - Good interpersonal skills - Ability to speak and articulate to Command level personnel - Writing and Computer skills -- Provide SME support and properly implement the incident command system - Provide SME support and properly implement a local emergency response plan - Provide subject matter expertise on hazards and risks associated with employees working in ������� chemical protective clothing. - Have knowledge of how state emergency response plans and regional response plans are � implemented and understand the importance of decontamination procedures. Training Location:� Camp Rilea 33168 Patriot Way, Warrenton, OR, 97146 � � ����� Task 5.4; Moulaged Role Players and Support: ����� Provide Moulaged Role Players and Support to Role Play exercise play for the 03-08 April� 2020 exercises.� Exercise IAW the PWS and Annex A,. � ����� Performance Requirements for Task 5.4 Training will continue during inclement weather. The contractor will provide a dry and covered space with power, tables and chairs to support moulage support operations and Holding/Break Site Operations for Role Players. Set up and operate a� temporary �Fixed� moulage site to include:� Water hot / cold (If required by contractor to perform adequate moulage support) Be prepared to heat moulage support areas based on weather conditions. The contractor is responsible at all times for their staff and employees. The contractor will provide a� temporary �Fixed� moulage site to include the following requirements:� Electricity Water hot / cold Tables Chairs Heat / cooling areas based on weather conditions A holding site / break area� Electricity Water� Tables Chairs Toilets Provide lankets or space blankets to warm roleplayers after going through the DECON process. Develop and publish a formal plan to address procedures and resources available for on-site safety, �real-world� emergencies and life support capabilities. Provide role player orientation and mandatory safety training prior to their participation. Follow all applicable federal, state, and local safety regulations.� Liability and/or usage agreement may be required for access to training site. Provide Moulage Player Support Staff with a high visibility method of identification (e.g. vest) at all training sites to supervise and support personnel. Provide mandatory safety equipment (eye protection, ear protection, adequate foot ware, etc.) for all role players entering the collapse structure (rubble pile) location and confined spaces as required. Ensure staff and employees park only in designated areas assigned at Camp Rilea and the Provide POC an accurate number of role players presentations to pass through the DECON line according to Ambulatory and Non-Ambulatory iterations. Provide transportation for all role players to, around, and from the training sites. � ����������� Moulaged Role Players Support The contractor shall provide required support and materials as listed IAW the performance requirements. Training will continue during inclement weather. Provide moulage on role players (actors) in accordance with Annex A specifications for the exercise. Provide an on-site manager/expert for assuring quality of moulage treatments.� The numbers of artisans are based on contractor needs to provide the number of presentations. Provide exercise scenario specific moulage for casualty role players with the following types of medical issues:� Multiple Compression Wounds, Geriatrics, Trauma, Chest Pain, Crush, Burn, Hot/Cold, and Panic (mental other), Chemical, PTSD, Pediatrics -- Ambulatory and Non-Ambulatory. Provide simulated fatality remains; dismembered limbs, body parts, in accordance with exercise scenario. Provide moulaged role players with exercise scenario specific Mass Casualty Cards (water proof) and provide injury specific acting instructions/coaching in accordance with list of simulated medical issues listed above. Provide patient flow rates in accordance with exercise scenarios and schedule of exercise events. Role players will be moulaged (make-up) and placed at the appropriate training sites in accordance with exercise timelines and suspense�s. Provide all materials, to include ��cut away� clothing and moulage for make-up and dressing role-players. Ensure timely pickup of role players once they have passes through medical holding to maximize the recycling and iteration process. Prepare Role players to understand that they will get extremely wet, exercise play clothing will be cut off and they will be scrubbed with brushes and a lot of water (possibly cold water). � ����������� Mannequin Support Provide mannequins in accordance with the Annex A,. Mannequins will be moulaged (made-up), transported and placed by SCVS SMEs. Mannequins:� Adults shall weigh a minimum of 150 pounds with weighted limbs; Children 60-100 pounds; Infants 10-30 pounds.� Composition of mannequins: Adults ~ 75%, Children ~15%, Infants ~ 10% mix. Provide exercise scenario specific moulage for mannequins with the following types of issues:� Multiple Compression Wounds, Geriatrics, Trauma, Crush, Burn and Fatalities. Provide required support at each presentation dependent upon the exercise sequencing and pacing.� Times may shift slightly based on training requirements as directed by exercise planners. Mannequin waterproof laminated injury cards should be able to be modified each day per operational requirements. Provide 2� High fidelity adult Mannequin with the SimPad System that provides a training platform for advanced lifesaving skills from the pre-hospital to critical care environments. Should include simulated head and airway features, tension pneumothorax decompression and chest tube insertion capability, simulated blood pressure and pulses, simulated cardiac related indicators, and simulated patient sounds Provide 2� High fidelity pediatric Mannequin with the SimPad System that provides a training platform for advanced lifesaving skills from the pre-hospital to critical care environments. Should include simulated head and airway features, tension pneumothorax decompression and chest tube insertion capability, simulated blood pressure and pulses, simulated cardiac related indicators, and simulated patient sounds. Provide 1 Adult Mannequin trauma add-on module to include: trauma head, contused ankle and foot, crushed foot with amputation of toe, open fracture radius, exposed viscera, impaled object, open fracture femur, closed fracture tibia and fibula, and crushed foot Provide 1� Pediatric Mannequin trauma add-on module to include: head lacerations, skin with 1st, 2nd, and 3rd degree burns, arm and/or leg with fractured radius, leg with tibia fracture, leg with closed femur fracture, and crushed foot and/or toes Provide an on-site manager/expert for assuring quality training of the High fidelity� Mannequins with the SimPad system� and an 1 operator. Oregon Airforce National Guard Medical Section will provide simulation and scenarios requirements for the High fidelity� Mannequins in Annex A. ����� ����� Task 5.5: Establishing Training Lanes:� Contractor shall set� each SCVS� to create a realistic and challenging training environment so the National Guard teams� can gain valuable experience and expertise working in a simulated ""real world� incident.�� The contractor will ensure each SCVS is set prior to the start of the exercise and then again at the end of the exercise.� The contractor shall provide labor required to set/reset the SCVS at the direction of the Contracting Officer�s Representative. The contractor shall provide labor required to set the lanes in addition to the following materials: Contractor will provide a SVCS training package of lumber materials: 1 Lumber Kit for Shoring Operations: These kit will include: 30 � 12� 4x4 boards 25 � 12� 2x4 boards 30- 12� 2x6 boards 6 � 4�x8� plywood 1 � 10 pound box of 8 penny duplex nails 1 � 10 pound box of 16 penny duplex nails The contractor will ensure each training lanes will have toilets set prior to the start of the exercise and will service them durning the exercise. 1 all-terrain heavy lift forklift, with driver, for SCVS reset at Camp Relia site for CTE. Provide one construction dumpster at the rubble pile for concrete and lumber removal at the S&E training area. Specified in Annex A Contractor will provide 30 toilets and 10 hand wash stations. See Annex A for placments Contractor will provide 4 toilets and 4 hand wash stations at Portland Airforce National Guard Base 6801 N.E Cornfoot Road Building 115 Portland Oregon 97218. See Annex A for placments The ORNG SCVS at CP Rilea will already include the following training areas: Lifting and Hauling prop with a minimum footprint of 40ft by 75ft with tactical rock or firm, packed gravel. Shoring prop with a minimum footprint of wall surface 8ft tall by 20ft long.� A building one or two stories high with smooth surfaces and doors. Confined Space prop with a minimum footprint of 2.5 ft tall (inside} by 40ft long. Site will have firm footing for maneuvering and spot shoring. Rope prop with a minimum footprint of 25ft tall by 30ft long.� Site will have tactical rock or firm gravel to land on and belay from. Breaching and Breaking prop with heavy debris to break precisely as directed with a minimum footprint of 60ft by 60ft. Site will have tactical rock or firm gravel and will have good drainage. Area available for a CERFP footprint to establish operations and set up equipment. ������� Performance Requirements for Task 5.5: Establishing Training Lanes. Props/training lanes must create the appearance of a ""real world� collapsed structure, allowing National Guard Units to develop experience and expertise in real disasters. Provide a Search and Extraction (S&E) lanes covering the following Training &Evaluation Outlines (T&EOs): NFPA 1006 Standards for Technical Rescuer Professional qualifications (2013) Chapter 6 Rope Rescue Chapter 7 Confine Spaces Chapter 8 Structural Collapse NFPA 1670 Standard on Operations and Training for Technical Search and Rescue Incidents (2014) Chapter 5 Rope Rescue Chapter 6 Structural Collapse Chapter 7 Confined Space Search & Rescue Reset prop/training lanes to maximize exercise goals and maintain a safe work environment. Comply with all environmental determinations. Address and resolve all environmental considerations and issues. Adhere to OSHA and OSHA ladder safety regulations. Ensure the safe placement of role players and mannequins at the urban search and rescue venues during the operational periods. All personnel involved in the training are certified in accordance with any U.S. certifying agencies for this purpose (must have experience and Technical Rescue Level 2 Certification in all relevant functional areas above). Task 5.6: Real-World Medical Support:� The Contractor will post 2 fully staffed advanced life support ambulances at the Camp Rilea training site during the OR CTE from 04-07 April 2020. At least one ambulance must be on site at all times for training to continue. Advanced life support ambulances will be utilized for emergency patient care and transportation. This is real world medical support and is not part of the scenario. Performance Requirements for Task 5.6: The vendor will provide: Real-world medical support will be in place at the training site during the hours specified in Annex A All ambulances shall conform to the State Rules and Regulations. The Contractor shall employ EMT-Ps (Emergency Medical Technician � Paramedics), EMTs (Emergency Medical Technicians), AEMTs (Advanced Emergency Medical Technicians) and support staff to provide patient care and to operate Contractor�s vehicles and equipment. Each EMT/AEMT and paramedic shall be physically capable of performing the tasks assigned by the Contractor, shall be clean in dress and person, and shall display their name and certification on a photo identification badge in an appropriate manner visible to the patient. Ambulances and medical support staff with be on site throughout the duration of the training event. The Contractor shall provide real world emergency transport services from the training site to the appropriate health facility. Vendor shall provide Emergency Medical Support for all soldiers and civilians partaking in the training event. All medical treatment expenses will be billed to the individual�s respective insurance and ORNG will not be liable for any expenses incurred for medical services rendered. All billing for transport or associated care will be directed from the contracted vendor to the Oregon National Guard Purchasing and Contracting office, and not to an in individual Guardsmen directly. Total personnel onsite at a given time will be between 220 and 270 soldiers, civilians and trainers. Task 5.7: Gray Water Collection The contractor will remove all grey water produced during decontamination operations, up to 2,500 gallons per day per location. The water must be dumped offsite in accordance with all state and federal laws. Performance Requirements for Task 5.7: The vendor will provide: The Contractor will provide gray water removal services during OR CTE at CP Rilea from �04-07 APRIL 2020. The contractor will remove and dispose of gray water at each site a minimum of once daily. The contractor will have a standby capability to remove gray water up to 3 times per day, if needed as part of the exercise. The contractor will ensure each training lanes will have toilets and hand wash stations set prior to the start of the exercise and will service them durning the exercise. Specified in Annex A. Provide one garbage dumpster at the main foot print of the training area. Specified in Annex A Task 5.8: Provide CST Survey and Sampling Lane Support:� Contractor shall set� the CST lanes to create a realistic and challenging training environment so a National Guard CST� can gain valuable experience and expertise working in a simulated ""real world� incident.�� The contractor will ensure the lanes are set prior to the start of the exercise.� The contractor shall provide labor required to set the lanes.� The ORNG training area will already include the following: Single and/or multi-storied buildings for survey team entry, air monitoring and operations. Area available for CST footprint to establish operations and set up equipment. Performance Standards for Task 5.8: Props/training lanes must create the appearance of a ""real world� collapsed structure, allowing National Guard Units to develop experience and expertise in real disasters. Contractor will provide props/training lanes set up with chemicals to sample in accordance with the exercise scenario.� Comply with all environmental determinations. Address and resolve all environmental considerations and issues. Adhere to OSHA and OSHA ladder safety regulations. Ensure the safe placement of role players and mannequins at the urban search and Rescue venues during the operational periods. All personnel involved in the training are certified in accordance with any U.S. certifying Agencies for this purpose (must have experience and Technical Rescue Level 2 Certification � 6.� Anti-Terrorism / Force Protection � Task 6.1: Access and general protection/security policy and procedures. The Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office.� Contractor workforce must comply with all personal identity verification requirements as directed by DOD, DA, NGB, 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. ����������� Task 6.2: Access to government information systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. ����������� Task 6.3: OPSEC Requirements. Contractors shall comply with DoD Directive 5205.02 and any applicable service regulation and Army Regulation 530-1.� The contractor shall implement OPSEC measures as ordered by the CDR.� The CDR/POC shall supply the Contractor with the require OPSEC training for their work location. Additionally, contract employees shall receive appropriate OPSEC training for their worksite. ����������� Task 6.4: AT Level 1 Awareness Training (AT): All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall complete Level 1 AT within 30 calendar days after contract start date and within 30 calendar days of new employees commencing performance. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee to the POC within 15 calendar days after completion of training.�� Level 1 AT is available at http://jko.jten.mil/courses/atl1/launch.html . ����������� Task 6.5: iWatch Training: The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local 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 POC. There will be an AT/OPSEC handout for the contractor to review and a student log for the contractor to sign to complete this requirement. This training shall be completed and the results reported to the POC and the contracting officer within ten (10) days of award. � ����������� Task 6.6: OPSEC Training: OPSEC Training: In accordance with AR 530-1, Operations Security, new contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each contractor employee to the POC within 15 calendar days after completion of training.� Level 1 OPSEC training is available at http://cdsetrain.dtic.mil/opsec/. ����������� Task 6.7: Change in FPCON. �This contract and its employees are considered mission essential.� Therefore, all contractor employees are required to report for duty and remain on duty during declared emergencies and/or elevated FPCON level unless otherwise directed by the contracting officer via the appropriate POC. 7.� Quality Control (QC): The contractor shall develop and maintain an effective quality control program (QCP) 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 contractor�s QCP is the means by which the contractor is assured the work complies with the requirement of the contract. � Security: All Role Players will be at least 18 years of age, have no outstanding warrants, cannot be on parole, and must possess a valid government issued I.D. All contractors and subject matter experts must have valid government I.D. at all times and identify themselves as a contractor to government personnel. All service providers must be able to pass a state law enforcement background check prior to the exercises start dates in order to gain access to the bases. Any personnel with an unfavorable background check results will be banned from the base. ����������������������������������������������������������������� ����� Contracting Officer�s Point of Contact (POC): The POC will be determined upon awards of contract. The POC will be ORARNG Contracting Officer�s Point of Contact for inspection and acceptance of deliverables under this task order, and will be physically located at Camp Rilea throughout the exercise period. Contracting Officer�s POC for inspection and acceptance of deliverables under this task order, The POC is authorized to represent the contracting officer in interpreting the technical requirements of this task order. However, the POC is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition. Period of Performance: 04-08 April 2020 � Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower &Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address �https://contractormanpower.army.pentagon.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 sub-contractor); Estimated direct labor dollars paid this reporting period (including sub-contractor); Total payments (including subcontractor); Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); 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 sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); Presence of deployment or contingency contract language, and, Number of contractor and sub-contractor 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. � 11.� Deliverable Guidelines:� Inspections and Acceptance: All deliverables must be submitted to and approved by the POC. Notice Regarding Late Delivery: The contractor shall notify the POC as soon as it becomes apparent to the contractor that a scheduled delivery will be late. The contractor shall include in the Problem Notification Report (PNR) the rationale for late delivery, the expected date for the delivery and the project impact of the late deliver. The contractor must include the DSR with each invoice submitted for payment to the POC.� Develop and publish a formal plan to address procedures and resources available for on-site safety, �real-world� emergencies and life support capabilities. Plan must be submitted to contracting within 10 days of award. � ����������������������������������� Annex � A OR CERFP CTE Task 1.1, Provide training support for OR CERFP CTE Event Location: OR CERFP CTE �Camp Rilea 33168 Patriot Way, Warrenton, OR, 97146 �Portland Air National Guard Base 6801 N.E Cornfoot Road Building 115 Portland Oregon, 97218 � Event Location �Portland Air National Guard Base 6801 N.E Cornfoot Road Building 115 Portland Oregon, 97218 � Provide 4 toilets and 4 hand wash stations NLT 5:00 am 03 April 2020 and Remove NLT 3:00 pm 10 April 2020 Place toilets and hand wash station on the south side of Building 115 � Event Location Camp Rilea 33168 Patriot Way, Warrenton, OR, 97146 Provide 30 toilets and 10 hand wash stations in training lanes NLT 10:00 am 03 April 2020 and remove NLT 11:00 am 8 April 2020 Service for the toilets and hand wash stations will be on the 5 and 7 April 2020 NLT 8:00am. Provide 1 Garbage dumpster 10x10 in training areas . a)1 in CERFP main training area / Gravel open area. NLT 10:00 am 03 April 2020 and remove NLT 11:00 am 8 April 2020 Provide 1 Construction dumpster 30x30. ��b) 1 in Rubble Pile S&E area. NLT 10:00 am 03 April 2020 and remove NLT 11:00 am 8 April 2020 30 Moulaged Role Players will be available NLT 8:00am starting on 4 April 2020 and ending 7 April 2020. Casualty iterations and injury types will be determined by exercise requirements, but no less than three (3) iterations during 30 Mannequins are required to have water proof laminated injury cards for water decontaminations operations. Mannequins will be available and place in training areas NLT 8:00am starting on 4 April 2020 and ending 7 April 2020 Real-world medical support with 4x EMT-certified medics and 2x Ambulance on site to support civilian role players and ORNG members medical needs.����� NLT 7:00 am 04- 07 April 2020 Provide 2� High fidelity pediatric Mannequin with the SimPad System Provide 6 SimPad pediatric scenarios / simulation per Mannequin per day with associated supplies to conduct quality training Provide 2� High fidelity adult Mannequin with the SimPad System Provide 6 SimPad adult scenarios / simulation per Mannequin per day with associated supplies to conduct quality training Provide an on-site manager/expert for the High fidelity� Mannequins with the SimPad system� and an 1 operator minimum Provide a SVCS training package of lumber materials next to the rubble pile NLT 0800 April 4 2020 Provide 1 all-terrain heavy lift forklift, with driver, for SCVS reset NLT 0800 April 4 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f2825000ab654e1fb53553b35f1bfa36/view)
- Place of Performance
- Address: OR, USA
- Country: USA
- Country: USA
- Record
- SN05555726-F 20200212/200210230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |