Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

U -- Aviation Security Investigative Specialist

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
RFP101998
 
Response Due
7/20/2004
 
Archive Date
8/4/2004
 
Point of Contact
Margaret Einspahr, Contracting Officer, Phone 703-632-1842, Fax 703-632-1844, - Margaret Einspahr, Contracting Officer, Phone 703-632-1842, Fax 703-632-1844,
 
E-Mail Address
meinspahr@fbiacademy.edu, meinspahr@fbiacademy.edu
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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. Request for Proposal (RFP) Number 101998 is assigned and shall be referenced on any quotations. This requirement is being conducted as a Total Small Business Set-Aside under the procedures of Federal Acquisition Regulations (FAR) Parts 12 and 13 (test program). All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The National American Industrial Classification System Code (NAICS) is 611699 and the business size standard is $6 Million. The solicitation will be distributed solely through the Federal Business Opportunities web site http://www.fedbizopps.gov/. All future information about this acquisition including solicitation amendments will be distributed through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Federal Bureau of Investigation (FBI) requires the services of a contractor, an Aviation Security Investigative Specialist (ASIS), who possesses special expertise in specific areas of aviation security relating to investigative law enforcement operations for the purposes of performing training and consultation/liaison services in support of the National Firearms Program Unit commitments. The training requirements are a two-hour block of instruction on the topic Flying Armed, and related aviation security issues. The course will be taught a minimum of 3 times per year and a maximum of 26 times per year. The targeted student population consists of New Agents Trainees and current Special Agents. Each class will have no more than 100 students. The required Curriculum for the Flying Armed course shall include the following topics: FBI Jurisdiction for Crimes Aboard Aircraft; Federal Law: The Carriage of Weapons on Commercial Aircraft; Airport/Airline Check-In Procedures; Security Clearance Procedures; Procedures for Boarding Aircraft; Interaction with Federal Air Marshal?s; Interaction with Federal Flight Deck Officers; Air Crew Common Strategy/Hijacking; Force Multiplier; Ballistic Effects: Weapons Fired in Aircraft and Problem Resolution. Material provided by Offeror shall have type font on printed material that is clear and sharp for the purposes of legible reading and copy duplication without degradation. The Offeror shall also keep lesson plans and training scenarios current to reflect aviation related changes, which effect the response of Special Agents. The FBI will provide all necessary classroom facilities and AV equipment. Offeror shall provide the FBI, within one week of the first class start date, a copy of all written material and a written list of audio-visual equipment necessary for instruction. Consultation activities shall include aviation security guidance, suggestions, options and directions imparted to FBI employees based on Offeror?s professional expertise in the field of law enforcement and aviation security, noting historic perspectives and contemporary trends, as needed. As a liaison, the Offeror shall have interaction, with outside agencies and other groups. The purpose of the liaison role is to represent the interests of the FBI, which has primary jurisdiction over crimes aboard aircraft. The Offeror shall assist the FBI with the Flying Armed program and other aviation security issues to agencies and organizations, which include the Federal Aviation Administration, the Transportation Security Administration, other federal law enforcement agencies, state and local law enforcement departments, airline security representatives, and other FBI Divisions. The Offeror shall: attend working groups/ conferences on behalf of the FBI; assist the FBI at meetings, conferences and seminars in and around the Washington DC area; discuss complex aviation industry matters with Government and civilian agencies; participate in industry wide working groups, and present instruction on Flying Armed (to include aviation related security matters), at conferences on behalf of the FBI Training Division. Security related matters include: Hijacking; Force Multiplier Concept; Law Enforcement Officers Verification Card (LEOVC); Bio-hazards Aboard Commercial Aircraft; Surveillance Equipment; Federal Flight Deck Officer (FFDO) Program; Aircraft Security; Law Enforcement Response to Matters of Aviation Security, and Security Screening. The Offeror shall assist with FBI investigations and investigators in matters related to aviation security/terrorism and flying armed. The Offeror shall testify, as required and requested, in open court as directed by the United States Government, on matters in which the FBI has an interest. Consultation may be conducted telephonically, electronically, or in person within CONUS/OCONUS. The Offeror shall prepare various reports, training documents (including lesson plans), and records during the course of activities, including, but not limited to, a Weekly Activity Report, training records, briefing papers, memoranda, and other documents as required. All reports, records and other documentation are prepared for the Government and shall not be disseminated outside of the FBI without prior authorization. The Offeror will be scheduled for work assignments through a series of written task orders, which are subject to change without notice. The Offeror shall be required to work as necessary to complete assigned tasks, but shall not exceed 40 hours in a given week. Any travel required under this contract will be reimbursed in accordance with the Federal Travel Regulations (FTR) which are available at www.perdiem.osd.mil. Government Furnished Equipment (GFE) shall include: work space, including telephone service, computer access, miscellaneous office supplies and firearms. The firearm(s) provided by the Government may not be removed from the FBI Academy, unless specifically authorized for an off site training assignment. The Government intends to award a Firm Fixed Price Indefinite Delivery/Indefinite Quantity/ Time and Materials 12 Month Term Contract for one two hour block of instruction, and structured Consultation/Liaison services. There will be a base year and four one-year option periods. The dates for training classes will be provided to the Offeror with at least 14 days advance notification. Offeror shall quote fixed pricing for the base year and options year(s), which shall include expenses (i.e., travel, materials). Consultation/Liaison services shall be quoted as follows: hourly rate, travel, and estimated materials (reports, photocopies, etc.), for the base year and each of the four one-year option periods. Offeror is to indicate if quantity discounts apply. The Offeror shall wear appropriate business attire while performing instruction and as Consultant/Liaison. The place of performance for Training and Consultant/Liaison services is CONUS/OCONUS. The Offeror must meet the following minimum requirements: United States Citizen; capable of being awarded a Top Secret Security Clearance by the Federal Government; certified or able to pass certification as a General Police Instructor; legally able to possess a firearm (i.e., not a convicted felon, convicted of Domestic Abuse; declared mentally incompetent, etc. This is necessary as the National Firearms Program Unit, by its very nature, includes access to firearms.); possess a valid driver?s license for the state of residence; five year minimum (journeyman) experience as a federal criminal investigator and a thorough understanding of FBI jurisdiction as it relates to aviation related crimes (this experience must be within the last twenty years); one year, minimum, experience performing liaison work with FAA/ TSA; Airline/Security/ Federal Law Enforcement; one year, minimum, familiarity with the FAA and FBI Flying Armed Program; one year, minimum, certification as an FBI Firearms Instructor or equivalent (i.e., two weeks firearms instructional program certified by the National Rifle Association, Military, etc.); familiarity with the FAA Law Enforcement Verification Card project as it relates to flying armed; familiarity with TSA Force Multiplier working groups as it relates to flying armed; ability to prepare reports and other documents using computer software to include Corel Word Perfect and Microsoft Office; ability to create, modify and prepare lesson plans, and the ability to operate audio-visual equipment; ability to provide instruction as it relates to the FBI?s Flying Armed Program and aviation security issues; certification as a Federal Flight Deck Officer (FFDO) and complete familiarity with that program (pilots flying armed) and its history; one year, minimum experience and familiarity in federal criminal investigations involving crimes (including terrorist attacks) on civil aviation, and experience in testifying, in open court, in criminal matters. All non-FBI personnel and contractors, both independent contractors, employees of corporations, and other business entities that Contract with the FBI, who perform functions requiring access to FBI information, FBI information systems, and FBI space, will be subject to a Personnel Security Polygraph (PSP) examination. The Assistant Director, Security Division, who functions as the Security Program Manager (SPM), is authorized to compel FBI and non-FBI personnel with access to FBI information or facilities to submit to a polygraph examination. The SMP will use the thirteen Adjudicative Guidelines associated with Executive Order 12968 to determine whether a polygraph examination is warranted. The appropriate clearance must be maintained during the life of the contract and may require successful completion of periodic and random polygraph examinations. The following provisions and clauses are incorporated by reference and apply to this acquisition. They can be found in full text at http://www.acqnet.gov/far. The provisions at 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004); the clauses at 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2004) (a); (b) 5(i); (7); (9); (14); (16); (17); (18); (19); (20); (30); c (1) (3); e (1); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984); Provisions: 52.215-6 Place of Performance (Oct 1997); 52.217-8 Option to Extend Services (Nov 1999) add ?60 days;? 52.216-22 Indefinite Quantity (Oct 1995); add ?September 30, 2009;? 52.216-19 Order Limitations (Oct 1995) add ?(a) Minimum Order Training: Flying Armed 3 sessions; Consultation/Liaison: 80 hours;? 52.217-4 Evaluation of Options Exercised at Time of Contract Award (June 1998); 52.217-8 Option to Extend Services (Nov 1999), add ?60 days? ; 52.217-9 Option to Extend the Term of the Contract (March 2000): add ?(a) 30 days; 60 days; (c) 66 months;? 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1994); add, ?September 30, 2004? and ?September 30, 2004:? 52.237-10 Identification of Uncompensated Over Time (Oct 1997); 52.233-3 Protest After Award (Aug 1996); 52.212-2 Evaluations - Commercial Items (Jan 1999). Addendum to 52.212-1 Modify (b) Submission of Offers is to read as follows: Submit signed and dated offer(s) to the attention of Mrs. Margaret D. Einspahr, Contracting Officer, at FBI Academy, Hogan?s Alley ? Building 15, Quantico, VA 22135; modify (b) (10): The contractor shall provide the FBI with five point of contacts for previous contracts, either Government or Commercial, for the purpose of evaluating Past Performance. Addendum to 52.212-2 Evaluations ? Commercial Items: The following factors shall be used to evaluate offers: technical capabilities to meet the Government?s requirement, past performance and price. Technical ability and past performance, when combined, are significantly more important than price. Offeror shall submit documentation to support minimum requirements contained in the Statement of Work, such as birth certificates, diploma?s, licenses, and certification cards. Requirements, which cannot be proven via the above, should be documented in written format, providing a synopsis of the contractor?s compliance. Significant evaluation factors include, and in order of importance are: biography of instructor; subject knowledge/experience; course curriculum sample lesson plan which demonstrates how requirement will be filled; past performance, and price. Past performance of the Offeror shall be evaluated under this factor to include: the quality of performance; relevance of experience as to technical difficulty, scope and complexity; client satisfaction; adherence to schedules; overall personnel quality; availability and stability. Evaluation: Best Value to the Government. Past Performance will be based on telephonic evaluations received from pervious contracts provided in the quote. Department of Justice Acquisition Regulations (JAR) Clauses 2852.233.70 Protests Filed Directly with the Department of Justice (Jan 1998), and 2852.201-70, Contracting Officer?s Technical Representative (COTR) (Jan 1985). Mr. Anthony Baumann, Chief Contracting Officer, FBI 935 Pennsylvania Avenue, NW, Washington DC 20525-0001, shall serve as the FBI?s contact in accordance with 52.233-3 Protest After Award. Each offeror shall include a completed copy of 52.212-3 Offeror Representations and Certifications ? Commercial Items (May 2004) with their proposal. Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained in FAR Subpart 12 and must ensure that all Representations and Certifications (located on the internet) are executed and returned as required by this synopsis/solicitation. Websites: (FAR) http://www.acqnet.gov; (JAR) http://www.usdoj.gov. The following requirement applies to the awarded contract: Release of Information ? Publications by Contractor Personnel: The FBI specifically requires that Contractor?s shall not divulge, publish, or disclose information or produce materials acquired as or derived from the performance of their duties. For purposes of this Clause, ?Information? shall include, but not be limited to: in any media or all media including on the web or websites; publications; studies; books; theses; photographs; films or public announcements; press releases describing any part of the subject matter of this contract or any phase of any program hereunder, except to such extent such as: (i) already known to the Contractor prior to the commencement of this contract; (ii) required by law, regulation, subpoena, or government or judicial order to be disclosed, including the Freedom of Information Act. No release of information shall be made without the prior written consent of the Office of Public Affairs and the Contracting Officer. The contractor and author are warned that disclosure is not without potential consequences. The FBI will make every effort to review proposed publications in a timely manner to accommodate theses and other publications. Where appropriate, in accordance with established academic publishing practices, the FBI reserves the right to author/co-author any publication derived from this contract. These obligations do not cease upon completion of the contract. Faxed proposals, e-mails and hand carried offers will not be accepted. All quotes are due by 2:00 PM, EDT, on July 20, 2004. Those Offerors that fall within the competitive range may be required to make an oral presentation of a portion of the training curriculum. The contract shall commence within 60 days of award.
 
Place of Performance
Address: Quantico, VA
Zip Code: 22135
Country: USA
 
Record
SN00615460-W 20040708/040706211646 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.