SOURCES SOUGHT
R -- Joint Precision Airdrop System (JPADS) New Equipment Training (NET) Instructor.
- Notice Date
- 6/18/2010
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-JPADS-INS
- Response Due
- 7/2/2010
- Archive Date
- 8/31/2010
- Point of Contact
- Benjamin Rooney, 508 233 5997
- E-Mail Address
-
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(benjamin.rooney@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice ONLY for the purpose of gaining market knowledge of potential small business sources (including: Small Business, HUBZone, 8(a), Small Disadvantaged Business, Woman Owned Business, Veteran Owned Business, and Service Disabled Veteran Owned Business) with NAICS Code 611430 that are interested in performing the effort described herein. 1. SCOPE: This effort is to obtain qualified personnel to serve as instructors in support of the Joint Precision Airdrop System (JPADS) 2K and 10K New Equipment Training (NET). 2. PERFORMANCE REQUIREMENTS: 2.1 New Equipment Training: 2.1.1 Theory of Operations: The contractor shall be trained on the operations of the JPADS 2K and 10K systems and be able to articulate the requirements of use through formal oral presentation to the personnel being trained - The use of the JPADS 2K technical manual to include appropriate period of instructions to be provided by the government will be used as source reference. 2.1.2 Autonomous Guidance Unit (AGU): - The contractor shall understand and be able to articulate the proper emplacement of the AGU into operations. In addition, the contractor shall understand troubleshooting procedures of the AGU and be able to identify deficiencies in the system to the proper government representative - The contractor shall be able to apply certain faults that will result in the personnel being trained to identify and overcome the fault by conducting troubleshooting operations. 2.1.3 Rigging & Maintenance Procedures: The contractor shall fully understand the rigging and maintenance procedures necessary to operate and maintain the JPADS 2K and/or 10K system. This will consist of obtaining an expert understanding of the proper rigging and maintenance procedures as described within the Technical Manual in order to effectively train students and/or provide oversight of JPADS instruction. 2.1.4 Demonstrations of Proper Rigging & Maintenance Procedures: The contractor shall be able to execute oral presentations to include hands on demonstrations of the rigging and/or maintenance tasks for the JPADS 2K and/or 10K systems as needed. As part of the demonstration, the contractor may be required to conduct on the spot corrections to insure that the personnel receiving or providing instruction are executing those tasks in accordance with the JPADS Technical manual. 2.1.5 Certification Support. The contractor shall serve as the verification official in determining whether the personnel being physically evaluated on their ability to properly rig the JPADS system have met the pre-requisites as defined by the Quartermaster Center and School (QMC&S). Upon completion of the verification, the contractor shall articulate the evaluation and provide a copy of the evaluation form to the QMC&S certifier who will determine if the personnel being evaluated have met the requirements to be able to pack and rig the JPADS system. 3. DELIVERABLES: Deliverables include the effective conduct of system NET instruction that includes theory or JPADS 2K and 10K operation, Autonomous Guidance Unit (AGU) operations and troubleshooting, Rigging procedures for the JPADS 2K and 10K systems, conducting demonstrations of rigging, and finally supporting the certification of rigger personnel by conducting hands on evaluations. In addition, for those instances where the contractor will support other commodity training events within PM FSS, the contractor shall provide a written After Actions Review (AAR) detailing how many personnel were trained and any issues identified during the training events. The specific format required by each objective assignment is determined by the COTR and outlined in 4.0 File Formats. 4. FILE FORMAT AND QUANTITIES: - Hard copies of deliverables in one original furnished via E-mail. Furnish monthly reports with DD 250 in an e-mail format. - Microsoft Word and PowerPoint will be the standard word processing and presentation programs. Microsoft Excel is required for spreadsheets. - Documents will be in accordance with AR 25-50, Preparing and Managing Correspondence, MAY 2001. 5. TRAVEL: - Approximately 2 contractor employee will be required to travel to Ft. Lee, VA (2 trips, 7 days each) to attend formal JPADS rigging and operator training as well as instructor training as provided by the Quarter Master Center and School. In addition, it is anticipated that the contract employees will be required to travel an average of 2.5 weeks monthly in support of planned CONUS/OCONUS NET missions throughout the Army or Joint Services. Travel requirements will be reimbursed under the category of other direct costs (ODC) in accordance with Federal Joint Travel Regulation. 6. PERSONNEL QUALIFICATIONS: The following are prerequisites for the civilian contractors eligible to apply for Parachute Rigger Instructor NET positions: (1) Be physically able to perform duties as a Parachute Rigger. (2) Be a formally trained Parachute Rigger and properly certified by the USAQMC&S, Fort Lee, VA and able to present documented proof. (3) Must have held a 921A, 92R or 0421 (USMC equivalent) series Area of Concentration (AOC)/Military Occupation Specialty (MOS). (4) Must have obtained the minimum military rank of SGT/E-5. (5) Minimum six years of parachute rigging experience, two of which include packing parachutes on a daily basis. (6) Must have been a certified In-Process Inspector (verified by NCOERs). (7) Must have been honorably discharged within the past 10 years. (8) Must not have been relieved of their duties or have had their parachute duty status terminated for alcohol or any substance abuse or duty performance reasons. (9) Must not have been arrested nor convicted of any substance abuse related charges since leaving the military. (10) Possess a current Secret clearance or be able to obtain one within 30 days of hire. (12) Having successfully completed a jumpmaster certification is encouraged but not required. (13) Have either a Federal Aviation Administration (FAA) Senior or Master Rigger Certification is encouraged but not required. (14) Able to travel worldwide to conduct training. (15) Applicants will be asked to provide proof of qualification/experience prior to being considered for positions. 7. PLACE OF PERFORMANCE: Tasks will be performed at varied government facilities located both in CONUS and OCONUS. 8. SECURITY: A minimum of a secret security clearance is required for all personnel working on this contract. The contractor is responsible for obtaining employee security clearances and ensuring that all persons working on this effort are U.S. citizens. The contractors should promptly initiate the clearance process with Defense Industrial Security, through their own security staff. 9. PERIOD OF PERFORMANCE. The period of performance shall be for one (1) base year of 12 months (1500-2000 hrs) after contract award and four (4) 12-month options years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/02c8e3c271b25c72c15ed40651695fc0)
- Place of Performance
- Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02181870-W 20100620/100618234620-02c8e3c271b25c72c15ed40651695fc0 (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 |