Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

U -- RCTA (MERIDIAN MISSISSIPPI) POLYGRAPH COURSE

Notice Date
4/7/2020 6:59:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
RCTAPOLYGRAPHCOURSE
 
Response Due
4/24/2020 2:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Christopher A. Sabine, Phone: 6013131700, Angela Ellis, Phone: 6014058341
 
E-Mail Address
christopher.a.sabine.civ@mail.mil, angela.d.ellis12.mil@mail.mil
(christopher.a.sabine.civ@mail.mil, angela.d.ellis12.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR POLYGRAPH TECHNICAL INSTRUCTIONAL SERVICES RCTA (MERIDIAN, MISSISSIPPI) This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotes (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2020-05, Effective 30 March 2020, and the Defense Federal Acquisition Regulations (DFARS) updated 20200324, Effective 31 May 2019. The provisions and clauses incorporated into this solicitation are attached separately on the RCTA POLYGRAPH RFQ WORD DOCUMENT. This requirement is being issued as a Total Small Business Set-Aside. The North American Industrial Classification System Code is 611699 with a standard size of $12,000,000.00. The Government contemplates an award of a Firm Fixed Price contract resulting from this solicitation. The United States Property and Fiscal Office for Mississippi- Purchasing and Contracting Division (USPFO-MS, P&C) in Flowood, MS intends to issue a purchase order for the following Technical Instructional Services (See the Performance Work Statement (PWS)) below for full detail of the requirement): � Performance Work Statement (PWS) Technical Instructor Services For RCTA Polygraph Program 1.0 General: 1.1 Background: Regional Counterdrug Training Academy Overview: The Regional counterdrug Training Academy (RCTA) is one of five National Guard Counterdrug training programs that provide relevant curriculum focused on counter narcotics and counter transnational organized crime (CTOC). RCTA provides courses that support National Drug Control Strategies and positively impact the performance of Federal, State, and Local Law Enforcement Agencies (LEA), Community Based Organizations (CBO) and military professionals throughout the 54 States and Territories. Course curriculum focuses on illicit narcotics interdiction, disruption of drug trafficking organizations, intelligence and analysis, nacro-terrorism, homeland security, civil operations, and anti-drug coalition fundamentals. Each course is designed to support the objectives of the DASD-CN, Office of National Drug Control Policy (ONDCP), National Northern Border, National Southwest Border, and Caribbean Border counternarcotics strategies and increase national security. RCTA supports and builds partnerships with Federal, State, and Local agencies with current and relevant training maximized by the experiences of subject matter experts in their field. All training events are designed to not only offer world class instruction, but to break down jurisdictional barriers and offer a unique opportunity for officials across the law enforcement community. RCTA is located at the Naval Air Station (NAS) in Meridian, Mississippi. RCTA provides state of the art facilities, to include but not limited to, classrooms, conference rooms, and tactical training environments. RCTA conducts its course iterations throughout the primary training area using Mobile Training Teams (MTT), and classroom instruction at our state of the art technology house located at NAS Meridian. Training offered by RCTA is enhanced by access to a wide variety of military tactical training facilities such as urban training areas and a High Risk Entry Facility (HREF) located on NAS to give students realistic instruction and hands-on-experience. 1.2 Period/Places of Performance: 1.2.1 Contractor shall conduct one iteration between the tentative dates of (29 June 2020 through 28 August 2020). 1.2.2 Place of Performance will be the Alabama Criminal Justice Training Center in Selma, AL. 1.3 General Information 1.3.1 Quality Assurance (QA): The Government will evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). The Government Facilitator for the course will provide students with an end of course evaluation. The evaluation, along with the COR observations will be used to evaluate the quality of the course presentation/deliverable. 1.3.2 Place and Performance of Services: The contractor shall, with some exceptions, provide services between the hours of 0700-1700 on Monday through Friday, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. 1.3.2.2 Unscheduled gate closures by the Security Police may occur at any time, causing all personnel entering or exiting a closed installation to experience a delay. This cannot be predicted or prevented. Contractors are not compensated for unexpected closures or delays. Vehicles operated by contractor personnel are subject to search pursuant to applicable regulations. Any moving violation of any applicable motor vehicle regulation may result in the termination of the contractor employee�s installation driving privileges. 1.3.2.3 The contractor�s employees shall become familiar with and obey the regulations of the installation; including fire, traffic, safety and security regulations while on the installation. Contractor employees should only enter restricted areas when required to do so and only upon prior approval. All contractor employees shall carry proper identification with them at all times. The contractor shall ensure compliance with all regulations and orders of the installation which may affect performance. 1.3.3 Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer�s Representative (COR). The contractor shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DOD, HDQA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.3.4 Homeland Security Presidential Directive (HSPD-12) Considerations: 1.3.3.1 Routine access to Government-controlled facilities is not required. 1.3.3.2 Routine access to Government Information Systems (IS) is not required. 1.3.3.3 NACI or other security check is not required. 1.3.3.4 Government-issued identification and/or building passes are not required. 1.3.3.5 Contractor personnel do not required Government escort while performing work on a Government installation. 1.3.3.6 Contractor is not required to provide employee and/or vehicle information for an Entry Authorization List (EAL). 1.3.4 Offeror/Instructor Qualifications 1.3.4.1 Provide instructors that meet the requirements and qualifications established by the RCTA to conduct the Basic Polygraph course. 1.3.4.2 All primary instructors must have extensive experience in training/teaching polygraph certification courses. 1.3.4.3 All primary instructors must have a minimum of a Bachelor of Science degree in a field related to polygraph examinations, psychology, criminal justice, or a similar field of study.� Master degrees are preferred but not required. 1.3.4.4 All instructors must be a current member in good standing with a nationally accredited polygraph association. 1.3.4.5 All instructors must be prepared to furnish law enforcement references upon request. 1.3.4.6 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 period of performance of the contract; or use force 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. 2.0 Definitions and Acronyms: 2.1 Definitions: 2.1.0 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. 2.1.1 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. 2.1.2 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment will be in writing and will 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. 2.1.3 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.4 DELIVERABLE. Anything that can be physically delivered and includes non- manufactured things such as meeting minutes or reports. 2.1.5 ITERATION. Each repetition of the course is considered an iteration. 2.1.6 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.7 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.8 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.2. Acronyms: 2.2.1 AQL������������������� Acceptable Quality Level 2.2.2. CFP/M/E����������� Contractor Furnished Property, Materials, and Equipment 2.2.3 COR������������������ Contracting Officer�s Representative 2.2.4 DAR������������������ Drug Abuse Recognition 2.2.5 KO��������������������� Contracting Officer 2.2.6 GFP/M/E/S������� Government Furnished Property, Material, Equipment and Services 2.2.7 PWS������������������ Performance Work Statement 2.2.8 QASP���������������� Quality Assurance Surveillance Plan 2.2.9 QA���� Quality Assurance 2.2.10 TE������������������� Technical Exhibit 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): 3.1 Property: The RCTA will provide a classroom of adequate size to accommodate the number of students registered for each iteration of the course. RCTA will also provide adequate monitor rooms and exam rooms for running polygraph tests. 3.2 Equipment: Classroom will be equipped with Audio-Visual Equipment. 3.3 Contractor Furnished Property, Materials, and Equipment (CFP/M/E): Except for those items specifically stated to be Government-furnished in paragraph 3.0, the contractor shall furnish everything required to perform the training as indicated in paragraph 5.0. 4.0 Minimum Equipment and Role Players Provided by Contractor to each student: �4.1� Student Manual shall be: 4.1.1 Professionally and thoroughly researched and developed 4.1.2 Comprehensive, current, and relevant 4.1.3 Professionally organized, assembled and securely bound 4.1.4 Displaying in color the RCTA logo on the front page 4.1.5 Will not include any other logos 4.2. CD / thumb drive. Optional, but if provided: 4.2.1� Shall display the RCTA logo 4.2.2 Shall not include any other logos 4.2.3 If used, must be provided to each student 4.3 Expenses: 4.3.1 All travel, lodging and meal expenses will be incurred by the contractor and shall be included in the firm fixed price. 4.3.2 All expenses related to printing and delivery of course materials are the responsibility of the contractor and shall be included in the firm fixed price. 5.0 Requirement: The RCTA requires a Polygraph Program course for up to 20 law enforcement officers. The course length shall be 400 hours of instruction over a period of 10 weeks, to include lunch and breaks. Contractor shall provide one iteration of the course to be conducted at the following location: Alabama Criminal Justice Training Center in Selma, Alabama. This course will provide American Polygraph Association accredited training in the field of forensic psychophysiology using polygraph techniques. The course will provide current state-of-the-art training by practicing professionals and researchers in the forensic psychophysiological detection of deception field. The course will be recognized by the American Association of Police Polygraphists and the National Polygraph Association, which will exceed the standards of the American Society for Testing and Materials. 5.1 Course Content: The course content shall include: 5.1.1��������� The history of Polygraph.� 5.1.2����������Test Question Construction (Formulation) 5.1.3��������� �Chart evaluation (Test Data Analysis. 5.1.4�����������Development and application of Polygraph skills. 5.1.5����������� Legal issues in Polygraph. 5.1.6������������Physiology and Polygraph Examinations. 5.1.7 �����������Polygraph Countermeasures. 5.1.8����������� Instrumentation and Operations. 5.1.9������������Report Writing 5.1.10����������Exam and Performance and Evaluations 5.1.11��������� �Polygraph Techniques 5.1.12��������� Pre- and Post-test interviews 5.1.13�������� �Ethics in Forensic Pyschophysiology (Polygraph) 5.1.14��������� Psychological Issues in Polygraph 5.1.15�����������Preparing for Testimony 5.1.16���������� Polygraph Research 5.1.17����������� Quality Control Proecdures 5.2 Polygraph Skills 5.2.1 Observation through video of actual PDD examinations 5.2.2 Role playing scenarios for interviewing skills 5.2.3 Role playing scenarios for polygraph examinations as examiners & examinees 5.2.4� Internship conducting actual PDD examinations under supervision � directly and indirectly 5.3 Examination & Evaluation 5.3.1 �� Four (4) Written examinations on PDD Testing & PDD Techniques 5.3.2 �� One (1) Comprehensive written final examination on all aspects 5.3.3 �� Two (2) Written, situational examinations on Test Question Construction & Testing Formats 5.3.4 �� One (1) Each practical examination using the ZCT Format, MGQT Format, and Relevant-Irrelevant Format, and Screening Test using either a CQ Format or R/I Format with Acquaintance Tests, �Successive Hurdles� Tests, and �Breakout� POT Tests for Screening as well as POT tests for the specific issue formats 5.3.5 �� �Ten (10) Practical Chart Analysis Examinations 5.3.6 �� One (1) Written Legal & Ethics Examination 5.3.7 �� One (1) Written Psychology Examination 5.3.8� One (1) Written Anatomy & Physiology Examination 5.3.9� One (1) Practical Examination on Polygraph Countermeasures 5.4 Offeror/Instructor Instructions: 5.4.1 Contractor must provide on-site training coordination and quality control of instructors. 5.4.2 Ensure that instructors can teach during the proposed dates. 5.4.3 The contractor must ensure that course materials, to include, course books or compact discs (CDs) containing course materials, training schedules, instructor biographies, handouts, exams and practical exercises, are printed and delivered to the Alabama Criminal Justice Training Center in Selma, AL NLT 7 days before the start of the course. 5.4.4 The contractor must ensure that enough course materials are reproduced so that each student will have their own copy. 5.4.5 The contractor must ensure one copy of the course materials, lesson plans/outlines and handouts are delivered to the RCTA Director of Training for approval and archiving NLT ten (10) days prior to the start of the course. 5.4.6 The contractor must ensure that a completed Master Course Syllabus for their respective course is on file with RCTA NLT ten (10) days prior to the scheduled course. 5.4.7 The contractor must ensure that no course material infringes upon copyrighted material and/or is plagiarized. 5.4.8 The contractor must ensure that proposed training meets the requirements set forth in the course outline. 5.4.9 The contractor must ensure the training is current, realistic, and based on sound law enforcement and ethical principles and current legal laws. 5.4.10 The contractor must ensure all course objectives outlined in the training plan are accomplished. 5.4.11 The contractor must ensure that any changes in the training materials, training schedules, or practical exercises are approved before training commences. 5.4.12 The contractor must advise instructors they may be subject to an unannounced �blind� evaluation by a subject matter expert and that an unsatisfactory evaluation may result in removal from future instruction. Composite critique evaluations below 90% may also result in the removal from future instruction. 5.4.13 The contractor must advise instructors that they are required to use adult learning techniques which promotes student interaction and utilizes student experience and limits the duration of lecturing, handouts, and audio-visual materials. 5.5 Course Evaluation Questionnaire: The RCTA facilitator for the course will provide students with an end of course evaluation. The evaluation along with the Contracting Office Representative (COR) observations will be used to elevate the quality of the course presentation/deliverable. 5.6 Target Audience: Up to 20 law enforcement officers, and military personnel; to include local, state, tribal, and federal law enforcement officers; with an emphasis on domestic drug and contraband interdiction, patrol officers assigned to local, state, and federal agencies. 6.0 Contractor Manpower Reporting Application (CMRA): 6.1 �The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Camp Shelby Range Control via a secure data collection site. 6.2 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 2019. Contractors may direct questions to the help desk at http://www.ecmra.mil. 7.0� HSPD-12 Background Investigation Requirements: The contractor shall ensure that all contractor and subcontractor personnel whose duties require CAC card issuance obtain them, and shall process all CAC card applications.� The contractor shall ensure that all employees requiring an initial background investigation complete a Personnel Security Investigation Portal (PSIP) form at Attachment TBD the earliest possible date and that this form is forwarded to the COR immediately.� The COR will review the form for completeness and accuracy and forward it to the National Guard Bureau (NGB) Personnel Security manager who will initiate the investigation process via the PSIP. Contractor personnel will then receive two e-mail messages; the first will confirm that the investigative service provider has received the request, and the second will provide instructions for the completion of the appropriate form via the Electronic Questionnaires for Investigations Processing (e-QIP) system. Upon completion of the e-QIP questionnaire and submittal of all required documents, including fingerprint card to the security manager, the background investigation (BI) will be initiated. The contractor shall ensure immediate compliance with all instructions regarding background investigation processing, including those provided verbally, by e-mail or via a Government system.� The contractor is cautioned that the entire process from submittal of the PSIP form to return of the FBI fingerprint check may routinely take from two to six weeks and shall factor this lead time into its hiring/placement process. The contractor shall make all reasonable efforts to ensure that contractor employees meet CAC eligibility standards upon assignment to the contract and shall be held responsible for delays, failure to meet performance requirements or decreases in efficiency in accordance with the applicable inspection clause. END OF PERFORMANCE WORK STATEMENT (PWS) Basis for award is low price that meets the minimum requirements (the characteristics and level of quality) that will satisfy the Government's needs. Include all applicable fees. Prices quotes must be Firm-Fixed Price. All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF) that is located in the Procurement Integrated Enterprise Environment (PIEE) website. To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 4:00 p.m., CST, 24�April 2020. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1700; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6eea49c2ffe844618cd7b6a57dce4581/view)
 
Place of Performance
Address: Meridian, MS 39309, USA
Zip Code: 39309
Country: USA
 
Record
SN05612695-F 20200409/200407230145 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.