Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2015 FBO #4951
SOURCES SOUGHT

U -- Ropes Course Facilitator Training and Obstacle Course Safety Inspections.

Notice Date
6/12/2015
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJA85135AW01
 
Archive Date
7/3/2015
 
Point of Contact
Justin D. Holmly, Phone: 334-953-0530
 
E-Mail Address
justin.holmly@us.af.mil
(justin.holmly@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance-based Work Statement (PWS) FOR ROPES COURSE FACILITATOR TRAINING AND OBSTACLE COURSE SAFETY INSPECTIONS •1. SCOPE This statement of work defines the Ropes Course facilitator training and safety inspection of all obstacle courses operated by the Officer Training School at Maxwell AFB. •2. BACKGROUND The Officer Training School (OTS) owns and operates five separate obstacle courses located at the Blue Thunder training site on Maxwell AFB and Vigilant Warrior training site in Titus, AL. These courses are defined as: Rappel Tower & Rock Climbing Wall (Blue Thunder) High Ropes Obstacle Course (Blue Thunder) Confidence Course (Blue Thunder) Assault Course (Blue Thunder) Assault Course (Vigilant Warrior) The Ropes Course, as defined in this statement of work, consists of the Rappel Tower & Rock Climbing Wall and High Ropes Obstacle Course. Due to the inherent risk involved with participation in the Ropes Course there is a great deal of emphasis on the quality of training that safety personnel or facilitators receive. Air Force Instruction 36-2202, Air Force Obstacle Course Program, defines ropes courses as commercial "Challenge Courses" installed, operated and inspected in accordance with Association of Challenge Course Technology (ACCT) standards. For continuity of training and operations OTS members should obtain initial facilitator training directly from ACCT certified professionals with at least 3 years experience with these types of courses. Recurring facilitator training and certification is required to operate the Ropes Course. Initial facilitator training is conducted in conjunction with Initial Qualification Training (IQT) for new OTS Flight Commanders and staff. IQT is conducted three (3) times a year and the dates are projected annually. Initial training will consist of up to five (5) days of training with a maximum of 16 students per class. Once certified, facilitators must attend an annual refresher training and certification course. Refresher training will consist of up to two (2) days of training for a maximum of 16 students per class. Refresher training will be held three (3) times a year in concert with IQT and initial training courses. Initial training will render a Certificate of Completion for each individual participant who completed the course. The refresher training will review the skills learned, confirm proficiency and provide documentation of the level of knowledge of present facilitators. In addition to ensuring high quality training for facilitators, each obstacle course must receive an annual inspection of all structural and safety components. •3. DESCRIPTION OF SERVICES •3.1. The contractor must be accredited by the Association of Challenge Course Technology as a Professional Vendor Member and show proof of such certification. •3.2. The contractor will provide a minimum of two instructors per class. These instructors must meet or exceed trainer qualifications for a Professional Vendor Member in the Association of Challenge Course Technology and have at least 3 years experience on these types of courses. •3.3. The work required by this contract shall be performed in accordance with this SOW. •3.3.1. The contractor will conduct three (3) classes of initial facilitator training and certification for the Ropes Course. All classes will be taught in accordance with the Association of Challenge Course Technology (ACCT) standards. •3.3.1.1. During initial training, each student will be trained to course specific facilitator standards as outlined by the ACCT. •3.3.1.2. Class size will not exceed 16 students. •3.3.1.3. Classes will not to exceed five (5) days in length and must be conducted over consecutive days. When necessary, classes may be conducted over nonconsecutive days with coordination and approval of both parties. •3.3.1.4. The contractor will provide OTS Field Training Flight with documentation showing the level of knowledge and proficiency of each participant. •3.3.1.5. The contractor will issue a Certificate of Completion for each participant who satisfactorily completes all facets of the course. •3.3.2. The contractor will conduct four (4) classes of refresher facilitator training and certification for the Ropes Course. All classes will be taught in accordance with the Association of Challenge Course Technology (ACCT) standards. •3.3.2.1. During refresher training, each student will review and demonstrate proficiency on course specific facilitator skills and standards as outlined by the ACCT. •3.3.2.2. Class size will not exceed 16 students. All students will have previously received certification from an initial facilitator training and certification class conducted at OTS. •3.3.2.3. Classes will not to exceed two (2) days in length and must be conducted over consecutive days. When necessary, classes may be conducted over nonconsecutive days with coordination and approval of both parties. •3.3.2.4. The contractor will provide OTS Field Training Flight with documentation showing the level of knowledge and proficiency of each participant. •3.3.3. All course curricula must be in accordance with Association of Challenge Course Technology (ACCT) standards and be approved the government. •3.3.3.1. The contractor must submit course curricula with their bid. •3.3.3.2. The minimum acceptable course curricula will include, but is not limited to, the following: •3.3.3.2.1. General Safety: includes definitions, importance and discussion of course safety •3.3.3.2.2. Knots: includes identification, proficiency in tying and specific application •3.3.3.2.3. Operational Equipment: includes knowledge, application and usage •3.3.3.2.4. Harnesses: includes proper fitting, adjusting (if applicable), tying, instruction, use and care •3.3.3.2.5. Belaying: includes proper set-up, techniques and instruction •3.3.3.2.6. Course Maintenance and Inspection: includes operational knowledge of course maintenance and inspection standards •3.3.3.2.7. Facilitator Climbing: includes leading edge climbing for entering and exiting the course •3.3.3.2.8. Emergency Procedures: includes knowledge of policies, course evacuation, high course rescues with set-up, sequence and step-by-step procedures •3.3.3.2.9. Rappelling: includes set-up, techniques and instruction •3.3.3.2.10. Spotting: includes knowledge and application of various techniques •3.3.3.2.11. Specialty Events (Zip Lines & Rappelling): includes set-up, hardware, techniques and event operation •3.3.3.3. The approved curricula may be changed and updated as necessary to ensure compliance with new or updated ACCT standards. The contractor will notify OTS of such changes in writing and provide documentation of the changed ACCT standard. •3.3.4. OTS will notify the contractor of the class size and start date at least four (4) weeks prior to the start of a class. The class start date is dictated by the availability of OTS instructors and staff members in need of training as well as the availability of the Ropes Course. When possible, OTS will work with the contractor to determine the best possible class start date. •3.3.4.1. Initial facilitator training and certification for the Ropes Course will be conducted three (3) times a year, approximately every four (4) months. •3.3.4.2. Refresher facilitator training and certification for the Ropes Course will be conducted three (3) times a year, approximately every four (4) months, with two (2) of the four (4) classes occurring with the same week.. •3.3.4.3. When possible, OTS will work with the contractor to schedule initial and refresher training and certification together within the same week. (Example: conduct a 3-day initial training Mon-Wed, followed by a 2-day refresher training Thu-Fri). •3.3.4.4. Inclement weather, course damage/repairs or other factors or circumstances outside of OTS' control may force classes to be scheduled outside of the stated winter, spring or fall periods. In such cases, OTS will work with the contractor to re-schedule training at the soonest possible time. •3.3.5. The contractor will conduct an annual inspection in accordance with Association of Challenge Course Technology (ACCT) and applicable industry standards. •3.3.5.1. The inspection will cover, at a minimum, all structural and safety components on the following courses: •3.3.5.1.1. Rappel Tower & Rock Climbing Wall (Blue Thunder) •3.3.5.1.2. High Ropes Obstacle Course (Blue Thunder) •3.3.5.1.3. Confidence Course (Blue Thunder) •3.3.5.1.4. Assault Course (Blue Thunder) •3.3.5.1.5. Assault Course (Vigilant Warrior) •3.3.5.2. OTS Field Training Flight will work with the contractor to schedule all necessary inspections. Inspections will be conducted no sooner than 10-months and no later than 12-months from the date of the last inspection. •3.3.5.3. The contractor will provide a formal report documenting the results of the inspection. At a minimum, the report will include the date of inspection, inspector, condition/disposition of each inspected item and any recommended actions. •3.3.6. This SOW is valid for five (5) fiscal years. •4. SERVICE SUMMARY •4.1. Service Summary Performance Objective PWS Para Performance Threshold Method of Assessment The contractor will conduct three (3) classes of initial facilitator training and certification for the Ropes Course. 3.3.1 3.3.1.2 3.3.1.3 All classes will be taught in accordance with the Association of Challenge Course Technology (ACCT) standards. Class size will not exceed 16 students. Classes will not to exceed five (5) days in length and must be conducted over consecutive days. 100% inspection; verified by Quality Assurance Personnel prior to start of a training class The contractor will conduct Four (4) classes of refresher facilitator training and certification for the Ropes Course. 3.3.2 3.3.2.2 3.3.2.3 All classes will be taught in accordance with the Association of Challenge Course Technology (ACCT) standards. Class size will not exceed 16 students Classes will not to exceed two (2) days in length and must be conducted over consecutive days. 100% inspection; verified by Quality Assurance Personnel prior to start of a training class All course curricula must be in accordance with Association of Challenge Course Technology (ACCT) standards and be approved the government. 3.3.3 The contractor must submit course curricula with their bid. 100% inspection; verified by Quality Assurance Personnel prior to start of a training class The contractor will conduct an annual inspection in accordance with Association of Challenge Course Technology (ACCT) and applicable industry standards. 3.3.5 The inspection will cover, at a minimum, all structural and safety components on the following courses: Rappel Tower & Rock Climbing Wall (Blue Thunder) High Ropes Obstacle Course (Blue Thunder) Confidence Course (Blue Thunder) Assault Course (Blue Thunder) Assault Course (Vigilant Warrior) 100% inspection; verified by Quality Assurance Personnel prior to start of a training class •5. GOVERNMENT FURNISHED PROPERTY AND SERVICES •5.1. The contractor will be allowed to use OTS courses and equipment. OTS Field Training Flight Staff may assist with instruction to enhance their skills for future refresher courses. •6. COMPLIANCE WITH GOVERNMENT AND BASE REGULATIONS •6.1. Obtaining and Retrieving Identification Media. As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: •6.1.1. The contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished identification badges while visiting or performing work on the installation. •6.1.2. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials. The contracting officer will endorse the request and forward it to the issuing base pass and registration office for processing. When reporting to the base pass and registration office for issue of military identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. To operate a vehicle on base contractor individual(s) will need to provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate. •6.1.3. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. •6.1.4. Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). •6.1.5. Failure to comply with these requirements may result in withholding of final payment. •6.2. Pass and Identification Items. The complete a DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards) for contract employees. •6.3. Physical Security. Contractor employees shall comply with base operations plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. •6.4. Internal Operating Instructions. The contractor will adhere to the Air Force activity operating instructions (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. •6.5. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell-Gunter AFB. •6.6. Traffic Laws. The contractor and their employees shall comply with base traffic regulations. •7. SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES •7.1. Contractor Notification Responsibilities: The contractor shall notify the contracting office within 30 days before on-base performance of the service. The notification shall include: •7.1.1. Name, address, and telephone number of contractor representatives. •7.1.2. The contract number and contracting agency. •7.1.3. The reason for the service (i.e., work to be performed). •7.1.4. The location(s) of service performance and future performance, if known. •7.1.5. The date service performance begins. •7.1.6. Any change to information previously provided under this paragraph. •7.2. Obtaining and Retrieving Identification Media: As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, AFFAR 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel, and FAR 52.204-9, Personal Identity Verification of Contractor Personnel the contractor must comply with the requirements set forth in these guidance. •7.2.1. The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. •7.2.2. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. •7.2.3. Common Access Cards (CACs). For contractors who require a CAC, contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. •7.2.4. During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. •7.2.5. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. •7.2.6. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. •7.2.7. Failure to comply with these requirements may result in withholding of final payment. •7.3. Pass and Identification Items: The service shall ensure the following pass and identification items required for service performance are obtained for employees: •7.3.1. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel. •7.3.2. DoD Common Access Card (CAC), (AFI 36-3026). •7.3.3. Defense Biometric Identification Systems (DBIDS) card/pass (AF Form 75 may be used only if DBIDS is inoperable). •7.4. Computer and Network Access Requirements: Contractor personnel that required access to unclassified government computers and operations systems (Automated Information Systems - AIS) will be designated as AIS-III - Nonsensitive Positions. Contractor personnel must submit a National Agency Check with Inquiries (NACI) and the NACI be favorability adjudicated before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. These investigations shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFMAN 33-152, User Responsibilities and Guidance for Information Systems, requirements, AFMAN 33-282, C omputer Security ; AFSSI 7700, Emission Security (EMSEC) Program; and applicable AFKAGs, AFIs, and AFSSIs for Communications Security (COMSEC); and AFI 10-701, Operations Security (OPSEC) Instructions •7.5. Freedom Of Information Act Program (FOIA): The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Civil Liberties Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, section 8013. The contractor shall maintain records in accordance AFI 33-364, Records Disposition Procedures and Responsibilities ; and disposed of in accordance with Air Force Records Information Management System (AFRIMS) Records Disposition Schedule (RDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/. •7.6. Reporting Requirements: The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to 42d Security Forces Information Protection Office, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. •7.7. Physical Security: Areas controlled by contractor employees shall comply with base operations plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. •7.8. Internal Operating Instructions: The contractor will adhere to the Air Force activity operating instructions (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. •7.9. Key Control: The contractor will adhere to the Air Force activity operating instructions control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government issued keys will be turned in at the end of employment or contract. Lost keys shall be reported immediately to the Air Force activity that issued the keys. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the contractor. •7.10. Government Authorization: The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. •7.11. Access Lock Combinations: Access lock combinations are "For Official Use Only" and will be protected from unauthorized personnel. The contractor will adhere to the Air Force activity operating instruction (OI) for ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. The contractor is not authorized to record lock combinations without written approval by the government functional director. •7.12. Traffic Laws: The contractor and their employees shall comply with base traffic regulations. •7.13. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell AFB and Gunter Annex. •7.14. Security Education and Training: The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to Advance Distributed Learning Service (ADLS) web site. Contractor personnel will complete Security Administration Course (formerly Information Protection), DoD IAA Cyber Awareness Challenge, and Force Protection computer base training at the ADLS or GOLEARN web site and other security related training as directed by assigned unit. •7.15. Operation Security (OPSEC). The contractor will comply with installation and organizational OPSEC requirements in accordance with AFI 10-701 and applicable supplements. They will also receive a local threat briefing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA85135AW01/listing.html)
 
Place of Performance
Address: 50 Lemay Plaza, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN03763158-W 20150614/150612235409-ce6a687c31a964bf168087b2a67affb9 (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.