Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

U -- Protective Services Training (classroom and live-fire/tactical)

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-06-Q-0045
 
Response Due
6/5/2006
 
Archive Date
8/4/2006
 
Small Business Set-Aside
N/A
 
Description
(1) P. (2) 0524. (3) 2006. (4) GPO. (5) 42223-5334. (6) U. (7) Army Contracting Agency Southern Region, Directorate of Contracting, 2172 13 ? Street, Fort Campbell, KY. (8) Protective Services Training (classroom and live-fire/tactical). (9) W91248-06-Q-0045. (10) 060906. (11) Dennis Bertrand, 270-798-7853, dennis.bertrand@campbell.army.mil; Trudy Colbert, 270-798-7566, colbertt@campbell.army.mil. (12) N/A. (13) N/A. (14) N/A. (15) N/A. (16) N/A. (17) 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W91248-06-Q-0045 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisi tion Circular 200509. Acquisition is set aside for small business concerns. The NAICS Code is 611699 and the small business size standard is $6,000,000. The Offer Schedule (contract line item number(s), items, quantities, and units of measure) and Perf ormance Work Statement (PWS) are attached. Performance period is for one (1) week. Performance is required to start on or about 20 June 2006. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted; Paragraph (b)(10), the following text is added, Submit names and addresses of proposed primary and alternate instructors with one (1) copy of the following documents: List of certifications/qualifications ; documentation showing both the primary and alternate instructors experience in teaching Protective Services to military and/or law enforcement personnel. Submit a listing of financial and customer references (name of financial institution where busines s bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of the services provided, the length of the contract or agreement, a nd the dollar value. This information will be used to determine responsibility for the successful offeror. This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.216-1 Type of Contract (Fill-in information, firm fixed-price; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 EvaluationCommercial Items is applicable; evaluation factors are Technical (consisting of Qualifications, Availability and Training Plan) and Price. Technical sub-factors are listed in order of importance, Technical Factor is slightly more important than Price. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price factors. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. O fferors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial Items, and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items, with offers. The claus e at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.219-6 Notice of Total Small Business Set-Aside; 52.252-2 Clauses Incorporated by Reference (Fill-in inform ation  www.gsa.gov); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; The clause at 52.212-5, Contract Terms a nd Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opp ortunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment b y Electronic Funds TransferCentral Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 252.232-7000 Electronic Submission of Payment Requests; 252.243-7002 Certification of Re quests for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. Offers are due not later than 4:00 P.M. CST, 5 June 2006. All responsible concerns may submit an offer which will be considered by the agency. Submit o ffers to Army Contracting Agency Southern Region, Directorate of Contracting, ATTN: Dennis Bertrand, 2172 13 ? Street, Fort Campbell, KY 42223-5358. Point of Contact is Mr. Bertrand, 270-798-7853, dennis.bertrand@campbell.army.mil. OFFER SCHEDULE CLIN 0001 DESCRIPTION: Protective Services Training QTY: 1 UNIT OF ISSUE: Week UNIT PRICE $________ TOTAL PRICE $________ PERFORMANCE WORK STATEMENT (PWS) Protective Services Training C.1 BACKGROUND. The 551st Military Police Company will be deploying to Iraq in mid-summer. Soldiers need this training as prerequisite to a specific mission while deployed in support of Operation Iraqi Freedom. The objective of this training is for thes e soldiers to become exceptionally proficient in providing protective service for high profile individuals in a hostile area with multiple attackers and emerge with favorable outcomes. It is critical for these personnel to attain and maintain a very high l evel of combat skills. C.1.1 The 551st Military Police Company requires specialized training in protective service fundamentals to safeguard their own lives and those they work with in order to complete their mission. C.1.2 SCOPE OF WORK. Contractor shall provide Protective Service Training to approximately 27 personnel in the 551st Military Police Company. Training shall include protective service techniques to improve skills in combat and non-combat situations. Training shall be conducted while soldiers are wearing all standard tactical and Ballistic Protective Equipment as well as standard attire. The objective of this training is for these soldiers to become exceptionally proficient so as to engage in protecti ve service missions with multiple attackers and emerge with favorable outcomes. C.1.2.1 Specific program providing a overview of requirements, duties, and responsibilities of a Protection Agent in High Risk environments, including a summary of State Department Protocols for Personal Security Details (PSD). Review the ways that events in high-risk regions of the world have changed tactics and protective operations in the profession. C.1.2.2 Contractor shall provide a review of specific attacks by Jihadis and present an After Action Report on well-known incidents such as the attack on four Blackwater operators, and other lesser-known attacks. C.1.2.3 Contractor shall provide a review of tactics used by terrorists, students will learn how insurgents have improved their tactics and weaponry. Case studies of specific assaults and assassinations will be used to illustrate learning points. Univers al protec tive principles of Cover and Evacuate, Advances, Threat Assessment and Surveillance Detections taught as constants, but adapted to the tactics of terrorists and the changing needs of the principal. C.1.2.4 Contractor shall provide instruction on Threat Assessments and Advances, address conducting Protective Advances for single-agent and multi-agent details. Pre-departure Preparations, Site Surveys, Reports and Presentations will be discussed and dem onstrated. Students will perform Advances in live urban environments, and learn how the entire protective mission relies on the thoroughness of the Advance, accurate intelligence and pro-active measures. C.1.2.5 Contractor shall provide instruction on organization of a protective detail, beginning with the Principals of Protection, this module to cover a wide range of activities and operational skills required on a Protection Detail. Students learn via l ecture and discussion, and then reinforced learning via a series of practical exercises. C.1.2.6 Contractor shall provide instruction on motorcade arrivals and pickups including practice on and off the shooting range. Team members must learn protective protocols of arrival, bussing and debussing, client management with minimal exposure to op en air attacks. C.1.2.5 Contractor shall provide hands on instruction on attacks on Principal demanding immediate reaction for cover and evacuation while some members of the protection team respond to the assault. Exercises will include Live-Fire Drills with vehicles an d without. C.1.3 PLACE OF PERFORMANCE. Performance will be Fort Campbell, Kentucky. C.1.4 INSTALLATION ACCESS. Contractor personnel operating a privately owned vehicle (POV) on Fort Campbell, KY shall comply with the installation requirement of registering vehicles operated on post. State registration, proof of insurance, and a valid d rivers license are required in order to register a POV. Personnel are required to register through the Provost Marshalls Office, Vehicle Registration, Building A5004. Vehicle passes and decals of terminated employees shall be returned to the Provost Ma rshal within one (1) workday. Implementation of the AVIDS BAR CODE SYSTEM for entry to the installation is ongoing. Contractors should have a bar code either on a card of their choice, or the card Force Protection provides. The b ar code when scanned will display personal information and a photo. If the bar code is EXPIRED, the scanner will reflect that. The new laminated cards are being issued at Gate 4, Vehicle Registration, (270) 798-5047. Contractor employees who are retir ed military or dependents and have a valid DoD ID card do not need a bar code. C.1.4.1 Fort Campbell military installation is a limited access post with controlled gate openings and closures. Changes to gate operating times are normally published in the Fort Campbell Screaming Eagle Bulletin. Unscheduled gate closures by the Milit ary Police may occur at any time, and personnel entering or exiting the installation may experience a delay. Contractor and privately owned vehicles (POVs) on the installation are subject to search at any time. C.1.5 PERSONNEL. C.1.5.1 The contractor shall not allow any employee who has possession of or who is under the influence of alcohol or other illegal substances to perform work. Government rules, regulations, laws, directives and requirements that are issued during the c ontract term relating to law and order, administration and security on the installation shall be applicable to all contractor employees or representatives who enter the installation. Violation of such rules, regulations, laws, directives or requirements s hall be grounds for removal (permanent or temporary as the Government determines) from the work site by the Contracting Officer. C.1.5.2 The Government has the right to restrict the employment under the contract of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. C.1.5.3 The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest; nor shall the contractor employ any person who is an employee of the Department of the Army, either military or civilian, unless such person seeks and receives approval in accordance with Joint Ethics Regulation DOD 5500.7-R. C.1.5.4 Employees shall be able to read, write, speak and understand English. C.2 DEFINITIONS/ACRONYMS. C.2.1 Contracting Officer. A person with the authority to enter into, administer and/or terminate contracts and make related determinations and findings. C.2.2 Contracting Officers Representative (COR). An individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. The COR is not authorized to make any commitments or changes that wi ll affect price, quality, quantity, delivery, or any other term or condition of the contract. C.2.3 Government Furnished Property. Property (equipment, materials) in the possession of, or directly acquired by, the Government and subsequently made available to the Contractor. C.2.4 Performance Assessment Plan. Plan used by the Government for monitoring contractor performance. C.2.5 Quality Assurance. Various functions, including inspection, performed by the Government to determine whether a contractor has fulfilled the contract obligations pertaining to quality and quantity. C.2.6 Quality Control. Those actions taken by a contractor to control the procedures and processes for services to ensure that those services meet contract requirements. C.2.7 ACRONYMS. AR Army Regulation DoD Department of Defense C.3 GOVERNMENT FURNISHED PROPERTY AND SERVICES. C.3.1 Military unique organizational clothing and individual equipment (i.e., uniforms, canteens, load bearing equipment, helmet, gas mask). Upon receipt of organizational clothing and individual equipment, the contractor employee shall assume responsibi lity and accountability for these items. The Government will repair or replace any damaged military equipment or materials. All issued organizational clothing and individual equipment shall be returned to the Government. The contractor shall reimburse t he Government for organizational clothing and individual equipment lost or damaged due to contractor negligence. This equipment and materials will be hand receipted to the contractor. C.3.2 Training areas and uniquely military equipment required for the protective service training. The Government will maintain the training areas and repair or replace the equipment. C.4 CONTRACTOR FURNISHED ITEMS. C.4.1 Training records and certificates of completion. Submit to the COR within 5 calendar days of completion of training. C.4.2 Will provide 4 instructors on site and will supply air-soft handguns and carbines, along with protective shields, and ammunition for live action drills.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-5334
Country: US
 
Record
SN01059136-W 20060601/060530220646 (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 |
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.