Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOLICITATION NOTICE

U -- Training Support Services for Maritime Security Response Team

Notice Date
7/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-13-R-PFC254
 
Point of Contact
Alan C. Boucher, Phone: 2024753702, Robert Floyd R. Mann-Thompson, Phone: 202-475-3252
 
E-Mail Address
alan.c.boucher@uscg.mil, Robert.a.mann-thompson@uscg.mil
(alan.c.boucher@uscg.mil, Robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFP# HSCG23-13-R-PFC254 Description: Training Support Services for Maritime Security Response Team (MSRT) This acquisition is being issued in accordance with FAR Subpart 12. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. The Request for Proposal (RFP) number is HSCG23-13-R-PFC254. The NAICS code is 611699. This requirement is a SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS CONCERN (SDVOSBC); submissions that do not meet the SVDOSVC will not be considered. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-66 (April 1, 2013). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The U.S. Coast Guard intends to establish a single Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure training services for the US Coast Guard's Maritime Security Response Team (MSRT) with an order period of five years. All services and deliverables shall be in accordance with the corresponding Performance Work Statement (PWS). The transition CLIN is the guaranteed minimum for this contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 with a small business size standard of $10,000,000. THE GOVERNMENT INTENDS TO MAKE THIS AWARD WITHOUT DISCUSSIONS ALL PROPOSALS WILL BE CONSIDERED TO BE THE FINAL PROPOSALS. FAR 52.212-1 Instructions to Offerors - Commercial items (Feb 2012) and is supplemented as follows: The proposal shall be submitted in three volumes: Volume 1 - Technical Approach & Capability: Offerors shall provide a detailed understanding of the performance work statement (PWS), a detailed description for addressing the requirement, the offerors ability to provide instructors within 30 days of award, and the resumes' of personnel designated Key in HSAR 3052.215-70. Volume 2 - Price: Offerors shall submit price proposals IAW the CLIN structure below. There will be an additional reimbursable travel CLIN provided by the government. Please do not include the cost of travel in your price. CLIN 00001 Description: MSRT Training Support Services Year One (1) Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ CLIN 10001 Description: MSRT Training Support Services Year Two (2) Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ CLIN 20001 Description: MSRT Training Support Services Year Three (3) Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ CLIN 30001 Description: MSRT Training Support Services Year Four (4) Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ CLIN 40001 Description: MSRT Training Support Services Year Five (5) Quantity: 12 Unit: Month Unit Price: ___________________ Extension: ___________________ CLIN 50001 Description: Travel Quantity: 1 Unit: Not To Exceed Extension: To Be Determined CLIN 60001 Description: Transition Quantity: 1 Unit: Job Extension: $30,000 Volume 3 - Relevant Past Performance: Offerors shall submit at least three (3) relevant past performance references for contracts with the private industry or government instrumentalities (federal, state, or local). The Government will evaluate the past performance of the offeror for relevancy. The offeror shall provide past performance information for services directly related and relevant to the services to be performed under the PWS. The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. References shall include: 1. Name & contact information of the point of contract (PM/COR/COTR) 2. Name of organization 3. A brief description of service 4. Contract number 5. Status (prime or sub) 6. Contract value 7. Contract type 8. Period of performance Other Proposal Information: The length of the total proposal inclusive of all volumes shall be no greater than 45 pages. The offerors shall sequentially number all pages of each volume. Offeror shall submit each volume as a separate document file. Proposal Submission Deadline: 1700 ET on 16 AUG, 2013 via the document submission option provided by FedBizOpps. Proposals submitted via other methods may not be considered. Offerors shall submit an electronic version of their proposal in Adobe.pdf format. Question Submission Deadline: 1200 ET on 8 AUG, 2013 via email to Alan Boucher at Alan.C.Boucher@uscg.mil. Additional terms, conditions and requirements that shall be submitted are as follows: FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) addenda. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Approach and Capability, Price, Relevant Past Performance Technical Approach and Capability is considered to be more important than price. Combined they are more important than relevant past performance. This is a best value acquisition using the trade-off approach. The USCG intends to award single award IDIQ resulting from this solicitation to the responsible offeror whose offer is most advantageous to the Government. Selection and award of the IDIQ Contract will be based in descending order of importance: 1) Technical Approach and Capability, 2) Price, and 3) Relevant Past Performance. The USCG will evaluate the offers that meet the requirements of the solicitation against the following evaluation criteria: Factor 1: Technical Approach & Capability The Government will evaluate each Offeror's Technical Capabilities to determine their understanding of and capacity to perform all the requirements outlined in the PWS, which will include, but will not be limited to, an evaluation of the following: the ability to instruct and manage classes, the ability to provide practical instruction, and the experience contained within the resumes of the personnel. Factor 2: Price The Government will evaluate the total overall price of the contract. It is DHS policy that pricing for competitively negotiated contracts should be based on adequate price competition. However, in the event only one responsible offeror is obtained as a result of this solicitation, that offeror may be required to submit either Certified Cost Pricing Data (FAR 15.403-4) or Data Other Than Certified Cost Pricing Data (FAR 15.403-3) to support price negotiations. Factor 3: Relevant Past Performance The Government will evaluate the past performance of the offeror for relevancy. The offeror shall provide past performance information for services directly related and relevant to the services to be performed under the PWS. To be considered relevant, the services must have been performed within the past three years. The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. FAR 52.212 - 3 Offeror Representations and Certifications - Commercial Items (Dec 2012) is hereby incorporated by reference. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) is hereby incorporated by reference. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). X (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] __ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). X (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. X (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Mar 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.216-18 ORDERING (OCT 1995) a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 5 years (60 months) after date of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one course, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of IDIQ maximum; (2) Any order for a combination of items in excess of IDIQ per year maximum or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after one year following the expiration of the IDIQ contract. FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://acquisition.gov/far/current/html/52_248_253.html 52.203-7 Anti-Kickback Procedures (October 2010); 52.204-2 Security Requirements (August 2006); 52.227-14 Rights in Data General (Dec 2007); 52.233-2 Service of Protest (Sept 2006); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.244-6 Subcontracts for Commercial Items (Dec 2010); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 52.225-25 Prohibition of Contracting with Entities Engaged in Sanctioned Activities Relating to Iran - Representatives and Certifications; HSAR 3052.247-72 - F.O.B. destination only. (End of clause) HSAR 3052.209-72 ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting, if applicable, will be specified on each task order. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or divestures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. (End of clause) HSAR 3052.215-70, KEY PERSONNEL OR FACILITIES (DEC 2003) (a) The personnel or facilities specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel or facilities, as appropriate. (b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the change. The Key Personnel or Facilities under this Contract: Project Manager (End of clause) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695 Contracting Office Address: USCG Headquarters (CG-9121) 2100 2nd St. SW Washington, DC 20593-0001 Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3252 Point of Contact: Alan Boucher Contract Specialist Alan.C.Boucher@uscg.mil Phone: 202-475-3702 PERFORMANCE WORK STATEMENT TRAINING SUPPORT SERVICES FOR THE U.S. COAST GUARD MARITIME SECURITY RESPONSE TEAM (MSRT) PERFORMANCE WORK STATEMENT JULY 22, 2013 1.0 GENERAL. 1.1 SCOPE. The U.S. Coast Guard (USCG) Marine Security Response Team (MSRT) requires training support services to provide advanced tactical training in support of the unit's qualification and proficiency training needs. 1.2 BACKGROUND. The MSRT has delivered a broad range of training to its members since 2004 in a variety of areas to include: advanced individual weapons marksmanship; air and surface insertions and extractions; tactical communications skills; combat medical treatment skills; and Chemical, Biological, Radiological, & Nuclear Defense (CBRN) protection, detection and decontamination skills. This training is mandated by several USCG policies and governed by Tactics, Techniques, and Procedures (TTP) manuals and associated curriculum documents developed specifically for the USCG's Deployable Specialized Forces (DSFs) community which the MSRT is a member. Though predominately delivered by USCG active duty and civilian personnel, MSRT training programs have been routinely supplemented by contracted trainers during the growth and development of the MSRT. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a highly qualified Project Manager to manage all work performed under this contract; ensure that all training requirements are fulfilled; receive and compile Quarterly Training Reports from field instructors at the end of each calendar quarter and submit those reports to the Government; and serve as the primary, on-site point of contact to the COR. The Project Manager may also serve as an Instructor as described in paragraph 1.3.2. The Project Manager is further designated as Key by the Government (See PWS 1.4). 1.3.1.1 Must possess a minimum of 5 years experience as a USCG or Department of Defense (DOD) Subject Matter Expert in Maritime Advanced Interdiction / Counterterrorism Operations, having experience with USCG DSFs, DOD Special Operations Forces (SOF) Tier 1 or 2 units, or Naval Special Warfare units. 1.3.1.2 The PM shall be a single point of contact for the Contracting Officer's Representative (COR). 1.3.1.3 The PM shall be available to the COR via telephone between the hours of 0800 and 1700 Eastern Time, Monday through Friday. 1.3.1.4 The PM shall speak fluent English. 1.3.1.5 The PM shall be Proficient in using Microsoft Word, Outlook, Excel, PowerPoint, and computer graphics programs. 1.3.1.6 The PM shall have a High school diploma or equivalent at a minimum. The government desires, but does not require the PM to also have a professional certification in project or program management. 1.3.1.7 The PM must possess a secret clearance with no derogatory background results. 1.3.2 Qualified Personnel. The contractor shall provide highly qualified personnel to perform all required tasks. All Contractor employees supporting this task order shall be citizens of the United States. The contractor shall notify the Coast Guard of any changes to personnel assigned to the project. 1.3.2.1 Senior Close Quarters Combat Instructors: The contractor shall provide up to three highly qualified instructors knowledgeable in Close Quarters Combat (CQC) to perform applicable qualification and proficiency training tasks. Qualified instructors shall meet the following qualifications: 1.3.2.1.1 Must possess a minimum of 15 years of combined Joint Tactical Operations and Tactical Trainer experience in the conduct of Advanced Marksmanship and dynamic Close Quarters Combat (CQC), preferably in a Maritime Environment. Must have served as an assault team member or leader in DOD or Federal Law Enforcement agencies (e.g. U.S. Army Special Forces, U.S. Navy SEALs, FBI Hostage Rescue Team, USSS counter assault team, USCG Maritime Security Response Team). Experience with USCG MSRT, DOD SOF Tier 1 or 2 units, or Naval Special Warfare is preferable. 1.3.2.1.2 Experience in current DSF or DOD SOF infiltration/exfiltration TTPs, including but not limited to fast rope insertion/extraction and hook and climb operations. 1.3.2.1.3 Experience in teaching and performing mechanical, manual, and ballistic breaching with common manual breaching tools, M870 shotguns, cutting saws and exothermic torches. 1.3.2.1.4 Graduate of a certified instructor trainer course. 1.3.2.1.5 Speak fluent English. 1.3.2.1.6 Proficient in using Microsoft Word, Outlook, Excel, and PowerPoint. 1.3.2.1.7 Must be able to serve under adverse environmental conditions, to include wearing body armor kit, (up to 60 LBS) in intense heat, cold, wet conditions up to 10 hours a day. 1.3.2.1.8 Must be legally permitted to possess or use firearms (i.e. not subject to Lautenberg Amendment constraints) and must qualify within 30 days of employment on Coast Guard basic and combat weapons courses. 1.3.2.1.9 High school diploma or equivalent at a minimum. 1.3.2.1.10 Possess a secret clearance with no derogatory background results. 1.3.2.1.11 Must be able to deploy for brief periods in support of training evolutions and unit exercises as described in paragraph 5.0. 1.3.2.2 Close Quarters Combat Instructors: The contractor shall provide up to two highly qualified instructors knowledgeable in Close Quarters Combat (CQB) to perform applicable qualification and proficiency training tasks. Qualified instructors shall meet the following qualifications: 1.3.2.2.1 Must possess a minimum of 10 years of combined Joint Tactical Operations and Tactical Trainer experience in the conduct of Advanced Marksmanship and dynamic Close Quarters Combat (CQC), preferably in a Maritime Environment. Must have served as an assault team member or leader in DOD or Federal Law Enforcement agencies (e.g. U.S. Army Special Forces, U.S. Navy SEALs, FBI Hostage Rescue Team, USSS Counter Assault Team, USCG Maritime Security Response Team). Experience with USCG DSFs, DOD SOF Tier 1 or 2 units, or Naval Special Warfare is preferable. 1.3.2.2.2 Experience in current DSF or DOD SOF infiltration/exfiltration TTPs, including but not limited to fast rope insertion/extraction and hook and climb operations. 1.3.2.2.3 Experience in teaching and performing mechanical, manual, and ballistic breaching with common manual breaching tools, M870 shotguns, cutting saws and exothermic torches. 1.3.2.2.4 Graduate of a certified instructor trainer course. 1.3.2.2.5 Speak fluent English. 1.3.2.2.6 Proficient in using Microsoft Word, Outlook, Excel, and PowerPoint. 1.3.2.2.7 Must be able to serve under adverse environmental conditions, to include wearing body armor kit, (up to 60 LBS) in intense heat, cold, wet conditions up to 10 hours a day. 1.3.2.2.8 Must be legally permitted to possess or use firearms (i.e. not subject to Lautenberg Amendment constraints, PWS 6.6) and must qualify within 30 days of employment on Coast Guard basic and combat weapons courses. 1.3.2.2.9 High school diploma or equivalent at a minimum. 1.3.2.2.10 Possess a secret clearance with no derogatory background results. 1.3.2.2.11 Must be able to deploy for brief periods in support of training evolutions and unit exercises as described in paragraph 5.0. 1.3.2.3 Advanced Marksmanship Instructor: The contractor shall provide a highly qualified instructor knowledgeable in Advanced Marksmanship to perform applicable qualification and proficiency training tasks. Qualified instructor shall meet the following qualifications: 1.3.2.3.1 Over 10 years of combined Tactical Operations and/or Tactical Trainer experience in the conduct of Advanced Marksmanship. 1.3.2.3.2 Must possess experience employing and teaching advanced marksmanship skills to include combat marksmanship with pistols, carbines, and shotguns as well as experience employing long-range precision sniper weapons. 1.3.2.3.3 Graduate of a certified instructor trainer course. 1.3.2.3.4 Speak fluent English. 1.3.2.3.5 Proficient in using Microsoft Word, Outlook, Excel, and PowerPoint. 1.3.2.3.6 Must be able to serve under adverse environmental conditions, to include wearing body armor kit, (up to 60 LBS) in intense heat, cold, wet conditions up to 10 hours a day. 1.3.2.3.7 Must be legally permitted to possess or use firearms (i.e. not subject to Lautenberg Amendment constraints, PWS 6.6) and must qualify within 30 days of employment on Coast Guard basic and combat weapons courses. 1.3.2.3.8 Possess or be qualified to attain a secret clearance with no derogatory background results. 1.3.2.2.9 Must be able to deploy for brief periods in support of training evolutions and unit exercises as described in paragraph 5.0. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the name of the organization, the employee's photo, name, and clearance-level, and the badge expiration date. All visiting employees shall comply with all Government escort rules and requirements. All visiting employees shall identify themselves as contractor employees when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.4 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security, and USCG. 1.3.5 Removing Employees from USCG property. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any task order awarded under this contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.6 Conflict of Interest. The contractor shall take appropriate precautions under the Federal Acquisition Regulation to preclude actual or apparent conflicts of interest. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the Contracting Officer. 1.5 SECURITY. Access to information protected under the Privacy Act may be required under this contract. The contractor shall safeguard this information and any proprietary information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. A SECRET security clearance is required for all contract personnel. 1.6 ORDERING PERIOD. The ordering period of the contract shall be 60 months after date of award. 1.7 PLACE OF PERFORMANCE. The primary place of performance shall be at Government facilities in, or near Chesapeake, VA. Periodic travel to other training or exercise sites is required and may occur in any State, the District of Columbia, and the commonwealths, territories, and possessions of the United States. 1.7.1 Scheduling: The Government shall provide the contractor 30 days notice prior to any requirement for contract employee travel to areas outside the Chesapeake, Virginia Beach, Norfolk, Williamsburg Virginia or Moyock North Carolina areas. 1.8 HOURS OF OPERATION. Contractor employees providing service will normally perform work between the hours of 0800 and 1800 Monday through Friday for a 50 hour work-week. Due to training requirements, some work may be performed during nights or weekends. In addition to standard work-weeks, Contractor employees will support one 5-day exercise per quarter that will require a 5-day, 60 hour work week. 1.9 TRAVEL. Travel is anticipated on this contract. All travel shall be approved in advance and in writing by the COR on this contract. If travel is authorized and directed by the COR, the Contractor shall be reimbursed for costs in accordance with FAR 31.205-46 for transportation, lodging, meals, and incidental expenses. The USCG will not reimburse indirect costs such as G&A, burdens, or labor costs to and from the travel destination. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 COR- Contracting Officer's Representative 2.2 KO - Contracting Officer 2.3 DHS - Department of Homeland Security 2.4 PM - Project Manager 2.5 PWS - Performance Work Statement 2.6 USCG - United States Coast Guard 2.7 MSRT - Maritime Security Response Team 2.8 FORCECOM - Force Readiness Command 2.9 CQC - Close Quarters Combat 2.10 TTP - Tactics, Techniques, and Procedures 2.11 SMTC - Special Missions Training Center 2.12 DSF - Deployable Special Forces 2.13 CBRN - Chemical, Biological, Radiological, & Nuclear 2.14 SOF - Special Operations Forces 2.15 NLT - Not Later Than 2.16 IAW - In Accordance With 3.0 GOVERNENT FURNISHED RESOURCES. 3.1 The Government shall provide the Contractor all applicable curriculum and associated training materials for Close Quarters Combat; Advanced Marksmanship; Tactical Planning; Tactical, Techniques, and Procedures; and Boarding Officer/Boarding Team Member policy. 3.2 The Government shall inform the contractor, at least 30 days in advance, of the number of personnel to be trained in accordance with requirements addressed in paragraph 5.0. 3.3 Government Furnished Resources 3.3.1 The Government shall provide necessary weapons, ammunition, ranges, shoot-houses, tactical training facilities, training aids, classroom space, projectors, office supplies, and access to network computers to conduct classroom instruction and hands-on training. 3.3.2 The Government shall furnish the following for each instructor. The Contractor shall be responsible to replace or reimburse the Government for any equipment items that are lost, stolen or damaged beyond fair wear-and-tear: Tactical Instructor Equipment ITEM QTY UNIT OF ISSUE Ballistic Helmet 1 each Individual Body Armor and Plate Carrier 1 set Gun Belt 1 each Holster for Sig P229 1 each Pistol Magazine Pouch 1 each Rifle Magazine Pouch 1 each Ballistic Eye Protection (day & night lenses) 1 each Noise Cancelling Hearing Protection 1 each Shooting Gloves 1 each M40A1 or M53 Protective Mask 1 each GP Filter (for M40A1 or M53 mask) 1 each Dry Suit or CG-CB Dry Suit 1 each Layer 1 under garment for Dry Suit 1 each Layer 2 under garment for Dry Suit 1 each Tactical light 1 each Personal flotation 1 each Pelican Case (Medium) 1 each 4.0 CONTRACTOR FURNISHED RESOURCES The Contractor shall furnish all labor, materials, and tools necessary to fulfill the requirements of this contract, with the exception of items detailed in Section 3.0. 5.0 REQUIREMENTS. In support of the following requirements the Government anticipates the Contractor to provide three Senior CQC Instructors, two CQC Instructors, and one Advanced Marksmanship Instructor. 5.1 Advanced Marksmanship Training. The Contractor shall provide Advanced Marksmanship Training to USCG students. The Contractor shall provide marksmanship instruction, and advanced marksmanship training on the SIG P229 pistol, Mk18 or M4 carbine, and M870 shotgun including: marksmanship fundamentals; disassembly-assembly-maintenance of all weapons utilized; and completion of the appropriate small arms PQS. The contractor shall administer small arms qualification courses that include; a basic pistol and rifle qualification course, combat rifle and practical pistol qualification course, a combat shotgun course, and a series of advanced marksmanship Critical Task Evaluations (CTEs) utilizing the Sig P229 pistol and Mk18/M4 carbine. At the completion of this training students must have successfully demonstrated their ability to employ the Advanced Marksmanship skills taught and successfully qualify on basic small arms courses of fire and the Advanced Marksmanship CTEs. Upon completion of the Advanced Marksmanship Instruction, 90% of students will successfully qualify on basic marksmanship courses of fire and critical task evaluations (CTE). The contract instructor will be required to provide input to the Monthly Training Report during the period in which this training is administered which will include the number of students trained; the results of the training and qualification success rates of the students. 5.2 Advanced Interdiction Training (CQC Qualification Training). The Contractor shall provide CQC instruction to USCG students during the MSRT Advanced Interdiction Training (AIT) Course. Contractor delivered training shall include classroom sessions and practical application of CQC, TTP, and policy to include: tactical clearing of rooms, passageways, stairs, cargo holds, open spaces, port/urban areas; use and maintenance of breaching equipment; progressive breaching utilizing manual, ballistic and mechanical breaching techniques; application of the Commandant's Use-of-Force policy; marshalling of ships' crew and passengers; and planning tactical operations. The Contractor shall administer instruction, correcting deficiencies, and critique student performance. Upon completion of the CQC Qualification training, 60% of the students will successfully meet qualification training standards. The Contract instructors will be required to provide input to the Monthly Training Report during the period in which this training is administered which will include the number of students trained; the results of the training, and qualification success rates of the students. 5.3 Individual and Team (CQC Proficiency Training). The Contractor shall provide CQC and small unit tactics instruction to USCG operational teams in order to sustain unit proficiency. Contractor delivered Proficiency Training shall include classroom sessions and practical application of CQC and small-unit tactics TTP and policy to include: tactical clearing of rooms, passageways, stairs, cargo holds, open spaces, and port/urban areas; use and maintenance of breaching equipment; progressive breaching utilizing manual, ballistic and mechanical breaching techniques; application of the Commandant's Use-of-Force policy; marshalling of ships' crew and passengers; and planning tactical operations. 5.3.1 The Contract CQC Instructors shall assist in planning for training, coordinating for facilities, and providing after-action feedback to the training audience. 5.3.2 The Contractor shall assess the skills instructed during Individual and Team (CQC Proficiency Training). The Contractors assessment shall include an evaluation of operational teams and individuals skill the on subjects covered in PWS 5.1 through 5.2. Historically, assessments have been conducted quarterly. 5.3.3 The Contractor shall, at the conclusion of the assessments, provide the results in a Proficiency Report to the COR. The Contractor's reports shall include the number of team and individuals assessed, and the results of the assessment of team's or individual's performance. 5.4 The contractor shall distribute the course critique from Attachment I at the conclusion of each course. The contractor shall collect the course critiques and send them to the COR. 5.5 The contractor shall submit a monthly report (Attachment III) to the COR. 6.0 REFERENCES 6.1 Ordnance manual CIM 8000.2D 6.3 CQC TTP CGTTP 9-95.10 6.4 Range Training Handbook CGTTP 3-30.3B 6.5 Marking Cartridge and Blank Firing Weapons Training CGTTP 3-30.1 6.6 Gun Ban For Individuals Convicted Of A Misdemeanor Crime Of Domestic Violence - 18 U.S.C. § 922(g)(9) (Lautenberg Amendment) URL: http://www.law.cornell.edu/uscode/text/18/922 7.0 DELIVERABLES Item PWS Deliverable Due By 1 5.4 Course Critiques 5 business days after completion of training. 2 5.3 Training Report NLT the 10th of each calendar quarter 3 5.5 Monthly Report 10 business days after the end of each month 8.0 PERFORMANCE REQUIREMENTS SUMMARY. The PRS table below reflects the metric determined to be important for the successful performance of this task order. This includes the expected standards of performance and surveillance methods. The Government will establish a QASP plan that is not part of this task order in order to monitor performance requirements summary items described in the table below. CONTRACTOR TRAINING SUPPORT SERVICES FOR THE U.S. COAST GUARD TRAINING SYSTEM Objectives 1. Quality Instruction Required Service: Contractor personnel assigned to teach a course shall have expertise in the subject area and instructional experience. (PWS 1.3, 5.0) Performance Standard: At least 90% of students receiving Advanced Marksmanship instruction (5.1) will successfully qualify on basic marksmanship courses of fire and CTEs. At least 60% of students completing CQC Qualification training (5.2) will successfully meet qualification and training standards Surveillance Methods: 100% COR surveillance. If determined unacceptable to the COR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance evaluation. Objectives 2. Quality Classroom Management Required Service: Quality instructor performance capable of ascertaining the level of the class's knowledge and teaching at the appropriate level. Capable of controlling the discipline of the class (e.g., not allowing disruptive side conversations to occur during the instructor's presentation of the course material) (PWS 5.0) Contractor personnel shall demonstrate a high level of professional management in performing training activities and facilitating classroom environments at all times (PWS 5.0) Including: Adherence to a zero tolerance policy of inappropriate language is in effect at all times. (no vulgar, sexist, racist or other language that shows disrespect for the students) Manage a safe, comfortable training environment; sufficient materials available; disruptive student behavior effectively resolved. Performance Standard: Accomplish a rating of meet or above in all categories on 80% of the course critiques following each course convening Surveillance Methods: 100% COR surveillance. If determined unacceptable to the COR and cannot be resolved to the satisfaction of the Government, results will be reflected in the Contractor's past performance evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-R-PFC254/listing.html)
 
Place of Performance
Address: Government facilities in, or near Chesapeake, VA., CHESAPEAKE, Virginia, 23322, United States
Zip Code: 23322
 
Record
SN03133243-W 20130802/130801000053-509aeaa0f61f9ffc90551da8621bcd36 (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.