Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2009 FBO #2741
AWARD

U -- Moulage Support-Vigilant Guard Exercise

Notice Date
5/27/2009
 
Notice Type
Award Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP0171
 
Archive Date
6/26/2009
 
Point of Contact
Tamara Peterson, 515-252-4498<br />
 
E-Mail Address
USPFO for Iowa
(tamara.peterson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912LP09P0171
 
Award Date
5/22/2009
 
Awardee
IIF Data Solutions Inc, Centreville, VA
 
Award Amount
149999
 
Line Number
ALL
 
Description
PERFORMANCE WORK STATEMENT Iowa National Guard - Vigilant Guard Exercise Battlefield Effects - Training Support Services (Management of Role Players for Vigilant Guard Exercise) 1. INTRODUCTION a)Broad Work Description i)Overview. As part of the Vigilant Guard Collective Training Exercises, the Iowa National Guard provides exercise participants a contractor supported management team to manage role players supporting the field training exercise venue. These role players are a vital element to ensuring an exercise more realistically challenges the agencies responding to a given scenario and enables the operational units to practice their skills on realistic role players. ii)Iowa National Guard J5/7 (IANG J5/7) Mission. The mission of the IANG J5/7, Joint Exercise Division is to function as staff proponent for the Iowa National Guard Joint Doctrine, Training, and Exercises. To that end, we are tasked to ensure exercise participants are equipped to conduct collective training exercises that are realistic and challenging. iii)Area of Support. The Contractor shall perform services under this contract at various locations in Des Moines, IA. The places of performance are the Vigilant Guard exercise locations/venues as determined by the IANG J5/7. Reach back work will be performed at contractor site. iv)Description of Exercise Venue. A detailed summary of the Field Training Exercise Venue is included in Annex 1. A tentative outline of the Patient/Role Player and Moulage Request Requirements are included in Annex 2. b)Customers Supported. The NGB J-7, NORTHCOM, and IANG J5/7's Vigilant Guard program provides a collective training exercise program that includes the National Guard and local, state and federal agencies. Past exercises have included National Guard forces from several states as well as multi-echelon and component players from Title X, local first responders and emergency management professionals. 2)WORK RESPONSIBILITIES a)Work Retained by the IANG J5/7. The Government reserves the right to use Government resources or other contractors to accomplish the same type or similar work as solicited for in this Contract. Specifically, IANG J5/7 reserves the right to supplement contractor provided patient/role player and moulage support with additional personnel. b)Changes to Contract Work Requirements. To properly manage and synchronize collective training events with exercise stakeholders (local, state and national), the IANG J5/7 reserves the right to add, change or delete exercises / locations from the current / projected list of exercises / locations covered by this contract. c)Contractor Responsibilities i)The Contractor shall manage the total work effort as specified and shall assume total responsibility for all requirements on the Contract start date. The Contractor shall provide all services, materials, supplies, supervision, labor, and equipment, except that specified as Government-furnished, to perform the contracted support. The Contractor shall: (1)Provide all management services, planning, programming, administration, supervision, personnel, labor, materials, facilities, transportation, and general and specialized equipment, and execution necessary to provide the role player management support; to include providing management support for supplemental role players provided by IANG J5/7 (estimated 25 personnel). (2)Perform all work in accordance with this Contract and all applicable local, state and federal laws, and regulations. (3)Perform all related Contractor administrative services required to perform work such as material requisitioning, financial control, and correspondence. (4)In consultation with IANG J5/7, Develop Exercise Support Plans for projected collective exercises within 30 days of being awarded the contract. (5)Compile historical data, prepare required reports, and submit information as specified in this Contract; and in Microsoft Office format. (6)As determined by the IANG J5/7, support planning conferences and participate in IANG J5/7 Internal Planning Reviews (IPRs) and Conferences providing subject matter expertise regarding role player management responsibilities and methodology. (7)Provide Observer Controller / Trainer (OC/T) team and Team Lead to support each field training exercise (FTX) venue. The team must include an OC/T Team leader that answers directly to the exercise controller for the particular exercise venue and must attend resource synchronization meetings, as needed, to determine and synchronize role player use. (8)Provide role player support activities to include supplying throw away garments for role player use (up to 50% of role players per day), conducting moulage of role players, on site transportation for role players and OC/T internal communications. Additionally contractor will be required to provide support activities including Moulage of additional role players provided by IANG J5/7 (estimated 25 personnel). (9)Coordinate with any other contractors supporting the FTX to ensure complementing effort e.g. working with Response International Group (RIG) on rubble pile to ensure role players are placed in safe locations, etc. (10)As required recruit, hire, train and manage role players at one or more venues and sites. Role players will be employed by the Contractor on an hourly basis as required to support the FTX. (11)Ensure role players conduct approximately 8 hours of in-processing / situational awareness / rules of engagement / safety training prior to each FTX. (12)Provide after action report (AAR) to the IANG J5/7 and NGB J716 (due NLT 15 days following exercise support) that summarizes conduct of support, planning factors and lessons learned. (13)Designate a Project Manager to coordinate tasks and be the single point of contact for the IANG J5/7 during the contract period. (14)Obtain all required certifications and clearances (as determined by the Contractor), that may include security clearances, first aid certification, etc. (15)Accomplish the following performance objectives: Performance ObjectivesPerformance Standard Coordinating and Planning The contractor will work with IANG J5/7, NGB-Staff, other supporting contractors, State J3s and relevant local, state and federal agencies as required to meet role player support requirements. Acceptable Quality Level: Role player support is determined as acceptable by Deputy Director, IANG J5/7 in meeting established training objectives. See Annex 2 for tentative Patient/Role Player and Moulage Request Requirements Contractor will provide a narrative plan on how they intend to execute support to the exercise venue. Development of Pre-exercise Plan In consultation with IANG J5/7 and NGB J716, Contractor will develop pre-exercise training and execution CONOPS and supporting materials consisting of slide decks, spread sheets, and synchronization matrices that reflect a fully synchronized concept of employment of the required role players so IANG J5/7 can relate it to local, state and federal agency participants. Acceptable Quality Level: CONOPS and supporting materials for role player support have realistic timelines, objectives and ensures each venue will be properly supported. Timeline identifies all the necessary actions, responsibilities, and deliverables throughout the exercise. Design and Assemble NG CERF-P mass casualty training venue. The contractor will design and assemble one National Guard Chemical, Biological, Radiological Nuclear, High Yield Explosive (CBRNE) Enhanced Response Force Package (NG-CERFP) mass casualty training venue. Acceptable Quality Level: Deployment of one 6 man contractor team to design and assemble the mass casualty training venue. Contractor will conduct at least one onsite visit at venue and face-to-face meeting with IANG J5/7 at least 30 days prior to the exercise. Create a search and extraction, decontamination, and medical NG CERF-P mass casualty venue at a location determined by IANG J5/7 in Des Moines, IA. Ensure role player support is fully integrated with the venue and (battlefield effects) provided by IANG J5/7. Create a plan with IANG J5/7 to ensure venue is a safe environment for all role players. Operate the training venues for 3 days per timeline identified in Annex 2. Provide on-site search and extraction, decontamination, and medical support during the exercise. Recovery of training materials and site sanitation. Transfer all training venue materials to the IA National Guard. In addition to the performance objectives and deliverables specified previously, the following deliverables are required under the terms of this PWS: DeliverableFrequencyMedium/FormatSubmit Monthly Status Reports15th of each month following awardElectronically in MS Word Excel PowerPointIANG J5/7 COR Closeout ReportNLT 15 days following contract completionElectronically in MS Word Excel PowerPointIANG J5/7 COR ii)Contractor Administration (1)Project Manager (PM). The Contractor shall perform continual project management and shall provide a Project Manager (PM) who shall be available during regular duty hours (0730-1630, Monday through Friday). The PM shall conduct overall management coordination and shall be the central point of contact with the Government for performance of all work under the Contract for the IANG J5/7. A Contractor employee shall be designated to act for the PM when work is being performed outside of duty hours or during the PMs absence. The PM, and any individuals designated to act in that capacity, shall have full authority to contractually bind the Contractor for prompt action on matters pertaining to execution of the Contract. (2)Government Meetings, Conferences, and Briefings. The Contractor shall attend, participate in, and furnish input to scheduled and unscheduled meetings, conferences, and briefings that relate to the contracted functions and services as required by the Government to provide effective communication and impart necessary information. These meetings include both on-site and off-site meetings and teleconferences and the frequency may be weekly, monthly, or as otherwise required. At least one onsite venue visit and face-to-face meeting with IANG J5/7 is required at least 30 days prior to the exercise. (3)Attendees. The PM or designated representative shall attend all meetings as required by the IANG J5/7. Meeting attendees shall at times include Contractor managerial, supervisory, or other personnel knowledgeable of the subject matter. (4)Reporting Requirement. When the Contractor is requested by the COR to be the sole representative of the IANG J5/7 at meetings, conferences, or trips, a report shall be furnished to the COR within two working days after meeting completion. The report shall include identifying information, general observations and conclusions or recommended actions, and any additional information, such as handouts. The report format will be approved by the COR. (5)Matters of Command Interest. The Contractor shall notify the COR, in writing, on matters within the scope of this Contract, which may impact State or NGB funds, or satisfactory performance of this Contract within one working day of the discovery of the matter. d)Contractor Interface. i)The government point of contact is LTC John Perkins, IANG-J5/7 (john.j.perkins@us.army.mil): Joint Forces Headquarters, Iowa National Guard, Attn: JFHQ-CSAR-SPO, 7105 Northwest 70th Avenue, Johnston, Iowa 50131-1824 (515)252-4297. ii)MAJ Robert Elliott, Contracting Officers Representative, (Robert.e.elliott@us.army.mil): NGB J7 CST CERF-P, 1411 Jefferson Davis Hwy, Arlington, VA 22202 (703) 607-3269. iii)Interference with Contractor Operations. Interference by other contractors or operations that would affect the performance of this contract shall be brought to the attention of the COR or his/her authorized representative. Should the Contractor experience delays, scheduling conflicts, or interference, he/she shall immediately report the circumstances to the attention of the COR or authorized representative for quick and equitable resolution. Failure of the Contractor to bring such interference to the attention of the COR or authorized representative shall result in the NGB not being held liable for such interference, other circumstances not withstanding. iv)Other Contractors. Other contractors will be performing required services in areas associated with the requirements of this Contract. Some contractors will be providing services associated with, and in support of, work identified in this Contract. Some examples are contractors who will be tasked to construct and supervise the debris piles. The IANG J5/7 will facilitate initial contact between Contractors performing other contracts and this Contract at planning conferences and require continued coordination between contractors to ensure synchronization of exercise support activities. v)Disputes with Customers (local, state or federal agencies) or Other Government Contractors. The Contractor shall verbally notify the COR of unresolved disputes in receiving support from or providing support to customers or other contractors within two working hours from the time the dispute occurs. The Contractor shall provide written notice of dispute resolution(s) to the COR. vi)Data and Information. The Contractor shall respond to requests for information, including programmed (scheduled) and unprogrammed requests. vii)Data Criteria. The Contractor shall submit programmed and unprogrammed information, subject to IANG J5/7 review for adequacy, utilizing the following criteria: "Complete: To include all information "Accurate: Factual and correctly tabulated data "Preparation: In accordance with applicable publication or other specified format "Name and signature of Project Manager "Timely: Provided within the specified time frames "Distribution: Provided to the specified distributes viii)Programmed Data and Information Requirements. The Contractor shall submit to the COR monthly Cost and Performance Reports no later than the 15th calendar day of the following month. ix)Un-programmed Requirements. Upon notification, the Contractor shall provide management and technical information including, but not limited to: "Fact sheets "One-time reports "Materiel, equipment, facilities, and other property inventories, such as equipment density listings "Information requested by the COR and other Contractor personnel performing official duties, to include monitoring contract compliance x)Access to Data and Information. The Contractor shall ensure that all Contractor-generated records, reports, files, and other documentation are made available to the COR and other authorized IANG J5/7 representatives during the performance of this Contract. Contractor shall obtain COR approval before releasing any information that has been stored, generated, or archived related to this Contract to the Contractors corporate or other off-site offices, to other Government activities or agencies, to other contractors, or to private parties. xi)Marking Proprietary Information. The IANG J5/7retains the right to modify or reproduce any products developed under this contract upon completion of the work. The contractor shall not place company logos or the company name on anything produced under this contract. No data provided to, or developed by, the contractor shall be used for any purpose other than this delivery order. e)Documentation and Reports i)The Contractor shall submit basic data and cost reports. For each report referenced below, the Contractor shall provide an initial report format to the COR for approval not later than 15 days before contract start. For reports requiring cost data, the Contractor shall use estimates if delayed billings are expected. The Contractor shall adjust estimates upon actual receipt of billings. If the COR disapproves a report, the Contractor shall submit a corrected report within 10 calendar days. ii)Reports shall be submitted in accordance with the following format requirements and protocols: (1)Report Format -- For each recurring Contractor report, the Contractor shall outline a report format and provide it to the COR for approval not later than 10 days before submission of the initial report. (2)Electronic and Hard Copy Submissions The Contractor shall submit all reports in both electronic and hard copy versions. Electronic reports, which include data and data summaries shall be submitted in Microsoft Excel. Electronic reports, which are primarily composed of text shall be submitted in Microsoft Word. (3)Reports Requiring Cost Data The Contractor shall include the following cost data for all reports requiring cost data: (a)Budgeted Amount (b)Expenses to date (c)Projected Costs (The Contractor shall use cost estimates to report cost data if delayed billings are expected. The Contractor shall adjust estimates upon actual specifics of exercise support. (4)The Contractor shall prepare and submit to the COR the following recurring reports under the terms of this contract: (a)Contractor Personnel Report. The Contractor shall provide a report listing all Contractor employees. The Contractor Employee Report will provide the following information pertaining to each employee: Name Position, Organization, Installation Trade, Labor Category Certifications Date Hired (b)The Contractor shall submit the Contractor Employee Report 15 days prior to contract start. Changes shall be submitted to the COR monthly and a new Report submitted annually. The Contractor shall maintain the report accurately throughout the term of the contract and provide interim updates when requested by the COR. (5)Contractor Key Personnel Locator Report (a)The Contractor shall provide a report listing all Key Contractor employees. Key personnel include, but are not limited to, the following: Project Manager, OC/T Leads, or an individual pre-designated to perform Project Manager duties in their absence. (b)This listing will be for the express purpose of enabling the Government to locate these key Contractor personnel during non-duty hours. The Key Personnel Locator Report will provide the following information pertaining to each key employee: Name Position, Organization Address Phone, Alternative phone (6)Monthly Status Report. The Contractor shall report all work accomplished under the Contract and shall furnish the workload data monthly to the COR in letter and electronic format by close of business on the 15th calendar day of each month. For data elements not currently available through existing Army information systems, the Contractor shall develop the methodology, format, and structure necessary to furnish such data. The workload data shall reflect all work accomplished by the Contractor's project staff directly costed to appropriate items. The workload data shall be subject to review and comment by the COR. iii)Contractor Provided Plans and SOPs (1)Role Player Support Plan. The Contractor shall submit a Role Player Support Plan for each Vigilant Guard Exercise location / exercise. The composition of Role Player Support Plans and submittal requirements are submitted to the IANG J5/7 for approval. The Contractor shall update the Role Player Support Plans as needed. The Contractor shall submit the initial Role Player Support Plan 30 days after contract award. f)Quality Control and Quality Assurance i)NGB and IANG J5/7 Quality Assurance. The COR will inspect for compliance with Contract terms throughout the Contract period. Evaluation will be based on the Contractors compliance with the requirements set forth in the PWS. The NGB will monitor the Contractor's performance under this Contract by performing checks at the various planning conferences and training events. 3)CONTRACTOR PERSONNEL. The Contractor shall provide qualified supervisory, technical, quality control, administrative, and clerical personnel to accomplish all work and services required by this Contract within specified time frames. They should have satisfactory knowledge and experience in IANG J5/7 exercise programs within the past five years and demonstrate knowledge of DoD/USNORTHCOMs roles in support of JFHQ-States, JTFs throughout the country and the relationship to the National Guard. Contract personnel must demonstrate client synergy with the interagency and key local, state and federal agencies. a)Security Requirements: The Contractor must possess or have the ability to gain a current minimum FOUO / LES (For Official Use Only / Law Enforcement Sensitive) level clearance. The contractor is responsible for safeguarding information of a confidential or sensitive nature. Failure to safeguard any classified/privileged information which may involve the contractor or the contractors personnel or to which they may have access may subject the contractor and/or the contractors employees to criminal liability under Title 18, section 793 and 7908 of the United States Code. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. All programs and materials developed at government expense during the course of this contract are the property of the government. Contractor personnel shall be required to obtain and maintain security badges and adhere to the installation security requirements. b)Common Access Card: ALARACT 1740 dated 04 March 2002 provides guidance for the implementation and issuance of the Common Access Card (CAC) to all eligible government and contractor personnel throughout Army. The ALARACT requires that the DD Form 1172-2 (Application for Department of Defense Common Access Card (CAC) - DEERS Enrollment) be verified by the Contracting Officer, Contracting Officer's Representative, or a designated government representative. The Functional Representative for this order is the designated government representative authorized to verify and sign the DD Form 1172-2. The 1172-2 should cite the contract and delivery order numbers identified on the contract award document, DD Form 1155. c)Personnel Plan. The Contractor shall submit a Personnel Plan with the Contractors Technical Proposal in accordance with instructions. The Contractor shall identify and clearly define authority of all personnel under the Contractors organization and include an organization chart with the Personnel Plan. The Personnel Plan shall be updated 15 days prior to contract start and locator information for key contractor personnel shall be annotated i.e., name, title, address, phone number. This locator information shall be updated when changes occur and provided to the COR. Personnel performing under this Contract shall be employees of the Contractor and not the Government. d)Mandatory Personnel. The Contractor shall provide the following personnel: i)Project Manager (PM) The Contractor shall appoint a Project Manager who will be the single point of contact for the IANG J5/7 for this contract. The PM should be an experienced manager with program/project management experience for like size projects. ii)Observer Controller / Trainer Lead (OC/T Lead). The Contractor shall assign an Observer Controller / Trainer Lead to each exercise venue as the Contractors single point of contact for that venue. The Observer Controller / Trainer Lead or a designated alternate shall be available for telephone communication with the COR 24 hours a day, seven days a week. The Observer Controller / Trainer Lead shall have the authority to make decisions on behalf of the firm. iii)Observer Controller / Trainer (OC/T). The Contractor shall provide Observer Controller / Trainers based on the number of role players. Planning ratio should be about 20 role players to one OC/T. Their duties include: e)Contractor Personnel Behavior and Deportment i)During execution of this contract, contract personnel should remain professional at all times. Loudness, vulgarity, drunkenness, substance abuse, rudeness, or other similar offensive conduct by an employee of the Contractor will be grounds for termination. Contractor employees performing work under the influence of an incapacitating illegal agent or breaching security regulations shall be removed immediately from employment under this contract. ii)Personnel Identification and Uniforms. The Contractor shall provide each employee including subcontractors with a photo identification (ID) badge. Employees shall wear this ID externally on the front portion of the body when supporting FTXs so that the identity easily is readable. The company and employee's name shall be of a contrasting color and be legible from a distance of 3 meters. iii)Employees shall be identifiable as Contractor/subcontractor employees, but uniforms are not required unless specifically required for safety and are an industry standard. 4)SUPPLY AND MATERIAL MANAGEMENT. The Contractor will use their own office computer/ supplies in support of this effort. Contractor will coordinate for use of government buildings (at no cost to the contractor) to accommodate OC/T team during FTXs as well as additional location to conduct FTX in-processing / moulage / training of role player population / safety briefings, etc. 5)ADMINISTRATIVE REQUIREMENTS a)The Contractor shall prepare all correspondence and maintain all functional files, forms, and the technical and administrative publication libraries required to accomplish the functions and tasks included in this Contract. The Contractor shall annotate the date received on all incoming documents and correspondence received. b)Release of Information. The Contractor shall not release any news (including photographs and films, public announcements, or denial or confirmation of same) or exercise-related information of any subject matter within this Contract or any phase of any program herein to the media or any other unauthorized users without the prior written approval of the COR. 6)COMPLIANCE a)All work shall be in compliance with the terms, conditions, general and special contract requirements contained herein or incorporated by reference. b)The Contractor and Contractor employees shall abide by all local, state and federal laws, as prescribed in applicable directives while engaged in the performance of all operations associated with this Contract. c)Permits. The Contractor shall, without additional effort by the Government, obtain all certifications, licenses, and permits required for performance of work and for complying with all applicable local, state and federal laws and regulations. Evidence of such documents shall be maintained on file. d)Vehicle Safety Requirements. Contractor personnel operating motor vehicles shall possess a valid driver license for the category of vehicle being operated and shall comply with traffic regulations identified in Army Regulation (AR) 385-10 as well as any additional state guidelines. e)Reporting of On site Accidents or Injuries. The Contractor shall notify the COR within 2 hours of occurrence of all accidents involving personal injury or property damage and report the accidents. The notification is to be followed by written notification within 3 working days. f)Accounting for Contract Services. The Secretary of the Army has implemented Accounting for Contract Services. This initiative has been put in place to obtain better visibility of the contractor service workforce. The Assistant Secretary of the Army (Manpower and Reserve Affairs) and the Assistant Secretary of the Army (Acquisition, Logistics and Technology) have implemented guidance to comply with this DoD Business Initiative Council (BIC) sponsored initiative. These contract reporting requirements are mandatory. By acceptance of this contract and performance under this contract, the contractor agrees to comply with these reporting requirements. 7)Quality Assurance. The Contractor shall develop and maintain an effective quality control program in accordance with their approved Management Oversight Plan (MOP) to ensure services are performed in accordance with the PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality control program is the means to assure that the work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in the Performance Requirements Summary (PRS). 8)Performance Assessment. The Government will evaluate the contractors performance under this contract in accordance with the Performance Assessment Plan (PAP) described in Attachment 1. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards identified in the PRS will be measured, by whom, the frequency of the surveillance, and the maximum acceptable defect rate(s). 9)SAFETY a)The Contractor shall establish and conduct a comprehensive and effective safety program for role player support performed under this PWS. The safety program plan shall be submitted to the Contracting Officer for approval no later than 15 days after start of the phase-in period. b)Security Requirements and Restricted Areas. Some exercise areas are restricted to personnel with proper security clearances. Consequently, personnel without clearances shall be provided with a U.S. Government escort during times when contractor personnel are performing work under this contract in a restricted area. c)Installation Passes. The Contractor shall be responsible for assuring all Contractor employees performing work under this contract obtain necessary installation and facility access as required. Temporary Government-furnished identifications shall be returned to the Government when the employee no longer performs work for the Contractor under this contract. d)Damage to Government Assets and Property. The Contractor shall take precautions not to damage any government assets or property while executing the requirements of this contract. The Contractor shall be responsible to replace or repair any damaged property to include but not limited to buildings, furniture, equipment, landscaping, etc. at his/her own expense. 10)Transportation. All travel will be included in the contracted dollar amount. No additional travel allowances will be paid. 11)Period of Performance: The period of performance shall be the base calendar year (from 1 JAN 2009 to 31 DEC 2009). Annex 1. Capitol City Field Training Exercise Venue Description Train Derailment Des Moines, IA Hard economic times continue to trouble various industries throughout the country. In the Midwest, various businesses search for ways to cut costs, due to falling profits. The railroad industry is particularly affected, squeezed by both rising fuel costs and agriculture-related companies reducing their delivery requests. To survive economically, several rail shipping companies announce massive layoffs. Iowa Interstate Railroad, Iowa Chicago and Eastern Railroad Corporation, Canadian National Railroad, and Union Pacific Railroad eliminate jobs for hundreds of engineers, mechanics, switchmen, and dispatchers. Some railroad employees seek new work or leave for other opportunities. Others continue to fight for their jobs protesting at each of the railroad companys corporate headquarters, as well as the Iowa Department of Transportation. This leads to increased levels of violence and isolated clashes with police. The different railroad companies also begin to report incidents of vandalism against their offices, equipment, and facilities. Several small fires are set. At other locations, glass windows are broken and rocks thrown. At rural locations, switches and other sensitive equipment is damaged. State and local law enforcement make a number of arrests, but their actions do not noticeably reduce the illegal acts against the rail system. Events reach a boiling point when a Acme Corp RR freight train is derailed in Polk County on 18 JUN 2008. Unknown parties attach a portable derailing device to a section of track inside Des Moines. A train carrying multiple toxic industrial chemicals, including chlorine, ammonium nitrate, phosgene, coal, and other harmful elements separates from the track and splits open in multiple locations. Several large chemical fires erupt from damaged rail cars and spread to both neighboring buildings and wooded areas. Prevailing winds carry harmful chemicals through the air into several residential neighborhoods. East High School quickly reports dozens of illnesses, many from attendees at a track and field sporting event. Many families rush to area medical facilities such as the Iowa Methodist Medical Center, while others succumb to illness and require assistance from Emergency Medical Teams. Polk County officials rapidly identify the derailment as a mass casualty event. They recognize that the event exceeds the countys available resources, and ask for state assistance, including WMD Specialty Teams and the National Guards Civil Support Team. Iowa Homeland Security further recognizes that state assets need to be augmented and releases multiple requests for assistance through the Emergency Management Assistance Compact. This results in deployment of multiple CSTs from Region VII States, and the movement of the Nebraska CBRNE Enhanced Response Force Package (CERFP) to assist with urban search and rescue, medical triage, and decontamination of victims. The immediate public reaction to the explosions is panic. Many area residents assume the event is a terrorist attack. Others are concerned about the well-being of their families, some of whom live in the vicinity of the explosion. Traffic rapidly becomes congested, particularly on Interstate 35 and 235. Some individuals choose to leave town altogether, filling roads heading away from the capital. Emergency responders from Jasper, Story, Dallas, and Warren Counties rush to provide immediate assistance and support live-saving operations. Area businesses activate their Continuity of Operations and evacuation plans to protect their employees. Many government buildings are emptied, and employees encouraged to return to their homes until given further notice. While in summer break, all area schools suspend ongoing activities and encourage parents to retrieve their children. Media reports begin pouring from the site of the incident. Area radio and television stations have dispatched reporters to interview victims. News helicopters hover above the accident site, beaming footage to networks for broadcast. National media outlets pick up the story and carry the derailment as a lead item in their nightly broadcasts. Hours after the event, a robust Incident Command is established at the site of the derailment. Police, fire, medical teams, and the National Guards Civil Support Team are all present, performing their jobs and rendering assistance. The IC requests three Incident Management Teams (IMTs) to augment recovery efforts. First responders concentrate on providing life-saving assistance first and foremost, rescuing victims of the train derailment and individuals who may be trapped in nearby businesses under piles of debris. Other responsibilities quickly include: Victim decontamination Medical care for the injured Transportation of victims to area hospitals Containment of the incident site Establishing a security cordon around the immediate area Evacuating victims downwind of event Identification what hazardous materials have been released at the site Law enforcement agencies, including the Polk County Sheriffs Office, Des Moines Police, and representatives from FBI Region VII Field Offices begin their assessment of parties responsible for the event. Evidence of the Train Derailer quickly strongly suggests that the event was an act of sabotage. Law Enforcement begins to search the area for evidence and conduct research on probable suspects. Following a notional investigation, FBI officials identify the likely parties responsible for the derailment. In a coordinated effort with county and state law enforcement, the FBI conducts a raid on the homes of the suspects. Three individuals are taken into custody, all former employees of Union Pacific Railroad. Approximately 96 hours after the initial derailment, the situation is Des Moines has been largely stabilized. Over 200+ (500 possibly) victims have been transported to area hospitals. Incoming CERFP and medical units have processed hundreds of individuals at the scene of the incident. An Incident Command has been fully established, area evacuated and containment established. Area fires are under control, although fires at the train site continue to smolder. Civil Support Teams have worked with civilian HAZMAT personnel to identify which chemical agents have been released and represent a threat. City, county, and state representatives hold a media press conference to announce the capture of those individuals responsible and to provide updated casualty / damage assessment figures. Public protests against the railroad companies have largely ended and former employees disbanded. Annex 2. Tentative Patient/Role Player and Moulage Request Requirements EVENT NAME:FEMA Region VII Vigilant Guard 09 - Capitol City FTX LOCATION:2233 Maury St, Des Moines, IA DATE:18-21 June 2009 DATE/TIMES ROLE PLAYERS REQUIRED: 18 June 2009 - 0300-2000 hrs 19 June 2009 - 0600-2000 hrs 20 June 2009 - 0800-1600 hrs 21 June 2009 - Not Applicable (Venue Recovery Day) CALENDER PLANNING MILESTONES: REQUEST FOR PROPOSAL 120 DAYS OUT RESPONSE 1. Exercise Date(s) 18-21 June 2009 2. Who is to provide Role Players 18 June - Contractor (125 pax); IANG J5/7 (25 pax) 19 June - Contractor (125 pax); IANG J5/7 (25 pax) 20 June - Contractor (60 pax); IANG J5/7 (25 pax) 3. Total number of Role Players required App. 125 with swimsuits and cut-able clothing to be provided by Contractor. Estimated 25 additional personnel provided by IANG J5/7. Additional pax will also need Moulage and management support from Contractor. 4. Total number of Role Player presentations required to support the exercise each day/shift all 5. Desired Role Player rate per hour As fast as possible. Target 250/hr at peak hours. 6. Special Instructions (If any) NA 7. Ratio of ambulatory to litter role players. Designate if different throughout exercise.Primarily ambulatory with 8-10% litter 8. Will Unit or Contractor provide role player orientation and training classroom?Yes 9. ID type of organization participating (S+E, Decon, Med, local first responders etc)CERFP (S&E, decon, med), CSTs, local first responders 10. Who will provide moulage preparation facility If Unit, please answer the following:Building on site. Contractor and IANG J5/7 will prep building. ** Is the Facility a building or tent?Morton Style Building with additional rooms. ** Available electrical outletsYes ** Is Hot and Cold running water available?Yes ** Is there adequate lighting?Yes. May need to be improved. IANG J5/7 can provide additional lighting with prior coordination. ** Are there rest room facilities? Male and female? Number?Yes. UNK number. IANG will also provide portable toilets. ** Are there tables and chairs available? Number?No, but IANG J5/7 can provide tables and chairs with prior coordination. 11. Transportation: If needed, who will provide? Needed if the distance between moulage prep and input, or exit from play back to input into play is more than 300 yards.Should not be needed, more than 300 yds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/Awards/W912LP09P0171.html)
 
Record
SN01828752-W 20090529/090528000025-43d2e35153962d98da9f0c8098c63664 (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.