Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOLICITATION NOTICE

U -- Weapons of Mass Destruction Training and Logistics

Notice Date
9/14/2015
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15R0585
 
Point of Contact
Michael P. Henderson, Phone: 703-312-3674
 
E-Mail Address
HendersonMP@state.gov
(HendersonMP@state.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This notice is made in accordance with FAR Part 5.2 and will account for the 15 day pre-solicitation issuance requirement. The Department of State, Bureau of Diplomatic Security, Weapons of Mass Destruction Countermeasure Division, Office of Physical Security Programs has a requirement for a limited number of qualified personnel to assist with the operation of the Department's Chemical/Biological/Radiological/Nuclear (C/B/R/N) Countermeasure Program to counter threats against U.S. Embassies and Domestic personnel, and facilities worldwide. The intent of this program is to maintain a response capability internal to the diplomatic facility in the event of a terrorist CBRN incident or an industrial accident until host nation, or other capabilities arrive. All contractor personnel will be working full-time at the WMD program office in Arlington, VA. The contractor personnel will provide this training and is expected to have the necessary CBRN experience and knowledge to assist the Regional Security Officer (RSO) or other government official with an incident, if needed. The Government estimates that contractor support will be required for a base year period of performance along with 5 option years. The contractor will provide a maximum of 10 subject matter experts/instructors and the necessary support personnel. The contractor staff must support the DOS to maintain the current level of CBRN readiness at all locations to include retraining, initial training at new locations and personnel, reinforcing the capabilities previously developed/deployed, assist in the distribution of government furnished equipment and inventory of all equipment at post. Training includes, but is not limited to, courses for volunteer First Responders, guard force personnel (local), Marine Security Guards, Medical Unit staff, Incident Management, Mail Screening protocol, Escape Respirator employment, and other training appropriate to the overall mission. These training courses may also include members of Host Nation response and security personnel as coordinated through the Regional Security Officer (RSO) only. Logistics: The contractor must provide warehousing, international shipping, customs/clearance agents, and door to door delivery to post. Requirements: •Warehouse that can accommodate equipment totaling approximately 8,000-10,000 square feet and be located no further than 40 miles from Arlington, VA 22209 and within a 10 mile radius of Washington Dulles International Airport. •24/7 availability with after-hours access to warehouse. •Necessary export licenses and registrations that allow for the transport of WMD items internationally. •Special permits, licensing, and training associated with the shipment of HAZMAT materials overseas. •AES filing for all international shipments. •Preparation and shipment of DoS pouches that meet specific country restrictions. •Door-to-door deliveries for time sensitive, mission-critical equipment. Bidder must have customs agents worldwide to handle clearance, import documentation, and duty management for true door to door service. Tracking information and signed proof of delivery is required for each shipment. •International transportation services to deliver high risk and high value protective equipment to all Embassies and Consulates worldwide. Includes local transportation services to IAD/DCA and transportation from all international airports to post. •International shipping insurance. •Preparation of export shipping documents. •Web-based order tracking capabilities. •Warehouse duties that include relabeling and repacking, storage, staging, inventory control, cross docking, packing and crating. •Reverse logistics. •Proficient knowledge of International Trafficking in Arms Regulations (TAR), Export Administration Regulations (EAR) and Alcohol Tobacco and Firearms (ATF) regulations. •Knowledgeable about the procedures, labeling, and packaging of Hazmat. The contractor will be required to possess a TOP SECRET Facility Clearance at the time of proposal submission. After the solicitation has been posted, a date will be set for Vendor Questions to be proposed in writing to the Contract Specialist. Proposals are due 30 days after the solicitation has been posted. This pre-solicitation announcement is for notification purpose only. Please do not submit any information in response to this pre-solicitation notice. Official questions will be taken after the solicitation notice has been posted. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0585/listing.html)
 
Place of Performance
Address: Principal place of performance shall be Washington, DC Metro Area and/or overseas U.S. Government Posts, Arlington, Virginia, United States
 
Record
SN03884274-W 20150916/150914235150-fb9cd01e0044d16cfd62eed7cc176f3f (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.