Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2015 FBO #4810
SOLICITATION NOTICE

R -- The objective of this task is to facilitate and execute a 36 hour, full scale, multi-agency, all-hazards collective training exercise in Seward, Alaska from 20-24 April 2015.

Notice Date
1/23/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
USPFO for Alaska, P.O. Box B, Camp Denali, Fort Richardson, AK 99505-2610
 
ZIP Code
99505-2610
 
Solicitation Number
W91ZRU-15-T-0005
 
Response Due
2/25/2015
 
Archive Date
3/27/2015
 
Point of Contact
Michael Conner, 907-428-7439
 
E-Mail Address
USPFO for Alaska
(michael.p.conner.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Collective Training Event: quote mark ORCA 2015 quote mark 1.0Objective: The objective of this task is to facilitate and execute a 36 hour, full scale, multi-agency, all-hazards collective training exercise in Seward, Alaska from 20-24 April 2015. Exercise will create an environment to exercise the mission essential tasks outlined in the current Combined Arms Training Strategies (CATS), CBRN: WMD - Civil Support Team (WMD-CST) (TDA) (0300627-35). This exercise involves the 103rd (AK), 72nd (NE), 102nd (OR), 81st (ND), and 83rd (MT) WMD-CSTs, local first responders, and state and federal partners. 2.0Specific Tasks: The contractor will provide the necessary personnel, labor, materials, supplies, and equipment as indicated below to perform the tasks outlined: 2.1Scenario Development: This event is intended to reinforce interagency cooperation, communications, Relief in Place/Transfer of Authority (RIP/TOA) procedures, and aid in the development of Techniques, Tactics, and Procedures (TTP's). The scenarios must address the full spectrum of Chemical, Biological, Radiological, Nuclear (CBRN) hazards as well as force protection threats such as Improvised Explosive Devices (IEDs), in a realistic Defense Support to Civil Authorities (DSCA) operating environment. The scenarios should be designed to stress the team's performance of its Mission Essential Tasks. It must also provide an environment ready for on-the-fly injects as necessary to ensure all of the CATS WMD-CST Mission Essential Tasks are exercised. The scenario must provide the complexity and realism to represent an actual Weapons of Mass Destruction (WMD) event. Contractor provides realistic training aids, devices, and simulators that properly stimulate current WMD-CST detection and analytical equipment, enabling the WMD-CST to make sophisticated assessments and decisions. Realism and technical exactitude are crucial for all training aids, devices, simulators, and venues. The full scenario should provide one complete, continuous, and demanding training not to exceed 36 hours. 2.2 Scenario Staffing: The contractor will provide staff that is sufficiently experienced and certified to meet the annual hazardous material first responder refresher training requirements per 29 CFR 1910.120 (q)(7), in order to create target sites that replicate chemical and biological laboratory production, radiological and explosive device manufacturing, CBRN device deployment, and be prepared to act as role players in the scenario. Roles played may include Incident Commander (IC), FBI or local law enforcement officers, Explosive Ordinance Disposal (EOD), ICS Safety Officer, ICS Staging Officer, technical medical point of contact, and technical laboratory point of contact. All staff must have a full understanding of the Incident Command System (ICS), and their role in a WMD event. Since staff may be playing the roles of trained hazardous materials (HAZMAT) professionals and reacting to the decisions of the WMD-CST, they should be fully trained in HAZMAT operations to at least the Technician level in accordance with National Fire Protection Association (NFPA) standards. All staff must be well versed in WMD-CST operations and all governing regulations to supplement the training and reinforcement of standard WMD-CST operational principles during the exercises. The contractor will have a licensed heavy equipment operator available for target site adjustments (see 3.1 and 3.2, below). 3.0 Place of Performance: The contractor finds locations/buildings to meet the requirements for target location, vehicle footprint, communications equipment, egress, and functioning utilities (electricity, water supply) in accordance with the CATS WMD-CST Mission Essential Tasks, ATP 3-11.46, and unit Standard Operating Guidelines (SOG). 3.1 Target Site: The contractor will prepare the target sites as necessary to enhance the realism of the scenario. All heavy equipment, furniture, decorations, props, etc. will be provided by the contractor. 3.2Site Adjustments: Any necessary adjustments to the site (to include major building construction, inoperable vehicle placement, demolition, fabrications) will be made by the contractor. In addition, if any adjustments are deemed necessary by the Exercise Director, the contractor shall make the changes. Minor changes not requiring monetary adjustment may be directed by the COTR or individual designated by the Contracting Officer (KO). Any changes requiring monetary increases must be directed by the KO. At the conclusion of the exercise, the contractor will return the site to its previous state. All site clean-up will be performed by the contractor. 4.0 Period of Performance: It is estimated that ten (10) days will be needed to complete the task, with seven (7) days for preparation, two (2) days for execution, and one (1) day for clean-up. 5.0 Reporting Requirements and Deliverables: Contractor will provide the following deliverables: 5.1 Refined Scenario Summary: The contractor will provide copies of refined scenario summaries for exercise to the Exercise Director, MAJ Richard Mohammadi, 103rd WMD-CST Deputy Commander, no later than 10 days prior to exercise execution. 5.2 Master Scenario Events List (MSEL): The contractor will provide the Exercise Director a draft of the MSEL no later than 5 days prior to exercise execution. As revisions are made, updated copies will be provided to the Exercise Director. 5.3 Task Deliverable Schedule Table: DeliverableReq. Ref.Due Date Exercise Scenario Summary5.110 days prior to exercise execution MSEL5.25 days prior to exercise execution 6.0Government Furnished Information/Equipment: 6.1 The Government will provide all training facilities/classrooms required outside of the scenario 6.2 The Government will provide all portable toilets 7.0 Contractor Manpower Reporting Statement The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Total payments (including subcontractor); (7) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different; (8) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (9) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country when in an overseas location, using standardized nomenclature provided on website); (10) Presence of deployment or contingency contract language, and; (11) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. 8.0 Special Provisions 8.1 Quality Control. The Exercise Director will oversee conduct of training and skills test to ensure effective and appropriate training is being conducted. 8.2 Hours of Operation: Normal Duty Hours. The contractor will prepare the target sites from 0800-1600 daily for seven (7) days and facilitate the exercise for no more than 36 continuous hours. 8.3Contractor Employees. The contractor will determine the suitable number of employees needed to prepare all target sites and facilitate the 36 hour exercise. 8.4 Special Qualifications. The contractor must have qualifications that enable them to construct a plausible WMD target site(s) and assess teams in accordance with CATS WMD-CST Mission Essential Tasks, and possess qualifications and experience sufficient to meet the hazardous materials emergency responder annual refresher training requirements per 29 CFR 1910.120 (q)(7) (see 2.0, 2.1, 2.2 above). 8.5 Security Requirements. Contractor personnel will not be required to obtain security clearances. However, all personnel involved must be able to obtain installation pass or be signed on by another member. 8.6Identification of Employees. Identification of employees will be at the discretion of the contractor. 8.7 Utilities. N/A. 9.0 Applicable Documents. N/A. 10.0Point of Contact. Exercise Director: MAJ Richard K. Mohammadi, richard.k.mohammadi.mil@mail.mil, 907-433-5610. 11.0 Timeline of Due Dates: Questions due to the Contract Specialist NLT: 9 Feb, 14:00 hours AST (Alaska Standard Time) Answers due to the vendors NLT: 17 Feb, 14:00 hours AST (Alaska Standard Time) Bids due to the Contract Specialist NLT: 25 Feb, 14:00 hours AST (Alaska Standard Time)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51/W91ZRU-15-T-0005/listing.html)
 
Place of Performance
Address: USPFO for Alaska P.O. Box B, Camp Denali Fort Richardson AK
Zip Code: 99505-2610
 
Record
SN03623162-W 20150125/150123234411-b0b6bd3fe1637f3378e81d4e5b1d382e (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.