Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOURCES SOUGHT

U -- Patrol Explosive Detection Dog Enhanced (PEDD-E) Training

Notice Date
3/15/2016
 
Notice Type
Sources Sought
 
NAICS
812910 — Pet Care (except Veterinary) Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, P.O. Box 140, Fort Leonard Wood, Missouri, 65473-0140, United States
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-16-R-0006
 
Archive Date
4/13/2016
 
Point of Contact
Zachary T. Lee, Phone: 573-596-0256
 
E-Mail Address
zachary.t.lee2.civ@mail.mil
(zachary.t.lee2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Patrol Explosive Detection Dog Enhanced (PEED-E) Training on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 812910 Pet Care (except Veterinary) Services, size standard of $7.5M Below are the tasks and standards from the PWS that are to be met and performed under for this requirement. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Tasks and standards from the PWS: Instruction Tasks Execution of the PEDD-E Course. Contractor shall provide hands-on instruction for the PEDD-E Course. Training shall provide the student and dog teams with the ability to perform area clearance and route clearance. Contractor shall provide accurate, competent, practical instruction both in the classroom and in the training areas IAW the lesson plan. Contractor shall conduct the PEDD-E Course using Government-developed Instructional Curriculum (Course Management Plan, Program of Instruction, and Student Evaluation Plan). The Instructional Curriculum is classified as FOR OFFICIAL USE ONLY and shall only be used for this course. Duplication or use of the POI without the expressed written consent of the US Government is forbidden. Contractor shall instruct the PEDD-E Course three (3) times per year. The course is 12 weeks in length. This length of time does not include weekends or federal holidays. Contractor shall provide training for up to ten (10) students and up to ten (10) dogs in the PEDD-E Course. The ratio of instructors to students shall be 1 instructor for every 5 Soldier MWD Teams. Contractor shall be prepared to train PEDD Teams in the stated tasks of the Instructional Curriculum. No other training other than the approved training that is authorized. Contractor shall provide effective training that conveys practical applications of standards and techniques to students so they effectively and efficiently learn the requirements in the following areas: Principles of Electronic Collar Training, Force Fetch, Directional Control, Three Handed Casting, T Pattern, Collar Conditioning to "Out", Maintenance Training, and Troubleshooting. Training shall include: Employment techniques of off-leash detection with emphasis on when and when NOT to employ an MWD off-leash. ***NOTE: In an explosive search, civilians should be evacuated from the area, when possible. Employment in URBAN and RURAL areas. Employment on installations, with and without civilians present. Ensure the Handler understands the risk associated with releasing a dog off-leash and that employment when civilians and children are present should be limited. Thorough understanding of off-leash training principles. Students will be provided with instruction on the application of Instrumental Conditioning with emphasis on the use of electric training collar (E-Collar) to timely and accurately provide compulsion consequences that shape the desired behavior outcomes. MWD Training Standard: The MWD Training shall be IAW the Capability Production Document (CPD) and focused on conducting off-leash directional control, route and open area clearance missions. The MWD team will be evaluated by a HQDA appointed certification authority in week 12 of training and demonstrate proficiency in the following areas upon completion of each PEDD-E class IAW ST 19-MWDC: MWD must move forward a minimum of 75m (T); Reference: Capability Production Document (CPD, page #16 (KPP 5-Commands). MWD must follow commands of LEFT or RIGHT as indicated by handler, 30m (T) perpendicular to original direction, then 60m (T) in the opposite direction indicated making a "T"; Reference: CPD, page #16 (KPP5-Commands). MWD performs COME: The MWD leaves area and immediately returns to handler whether on odor or not, even if the dog has already responded to that odor; Reference: CPD, page #16 (KPP 5-Commands). MWD searches below ground for explosive odor detection buried no more than 3" (T); Reference: CPD, page #18 (APA 1-Search). Open Area: MWD searches a minimum 200m x 200m open area with buried aids with a minimum of two disturbed holes with at least one being blank. Handler must maintain a 30m stand-off distance; Reference: CPD, page #18 (APA 1-Search/ SSD off-leash). Open Area Search Technique: Quartering: MWD works approximately 30m in front of the handler working left and right perpendicular to the handler's direction of travel. MWD can search/travel 30-50m left and right in front of the handler searching/hunting for odors; Reference: CPD, page #20 (APA 1-Search). Route: MWD must search a minimum of a 200m route which may include any of the following distractions: vehicles and disturbed earth within the search area. Handler must clear 75m regardless of technique while maintaining line of sight. MWD must clear at least one vehicle inserted within the route clearance event. The vehicle used is a distractor. Reference: CPD, page #18 (APA 1-Search) Route Search Techniques: MWD must Verge or Box when searching the route. Verging: Send the MWD forward on the left side of the roadway until it reaches the desired distance, then recall the dog. Cross to the right side, and then send the MWD forward on the right side of the roadway. Move forward with the dog 25-75 percent of that distance and continue. Box: Send the MWD forward on left side of the roadway until it reaches the desired distance. Have the dog cross the road to the right side, and then recall it. Move forward with the dog 25-75 percent of that distance and continue; Reference: CPD, page #20 (APA 1-Search) Vehicles: Single Vehicle: Conduct point-to-point search of a single vehicle located at least 150m from start point with a maximum of three minutes to direct the MWD to the vehicle and complete the search. Multiple Vehicles: From start point to vehicle a maximum of 75m, minimum five vehicles of variable sizes with a minimum distance of two meters between vehicles, maximum search time of five minutes; Reference: CPD, page #18 (APA 1-Search/SSD off-leash) Instructor Standards: Contractor personnel shall have performed four years documented experience training explosive detection dogs and one year of recent (within the past five years) operational (deployment) experience either handling or training explosive detector dog teams in support of military missions at the operational and tactical levels in support of full spectrum operations. Contractor personnel shall have two years' experience training students on doctrinal and non-doctrinal military counter explosive hazards operations and be certified by an accredited entity (DoD or Foreign Military Service Instructor Course or comparable formal Instructor Certification from an accreditation or college that certifies Instructor and or Training). Contractor instructors shall have a U.S. Army Instructor Training Course certificate or one of the following instructor's course certifications: USAF Basic Instructor Course issued by the USAF Air Education and Training Command; U.S. Marine Corps Train-the-Trainer Course issued by the USMC Training and Education Command, U.S. Navy Journeyman Instructor Training Course or the Navy Instructor Training Course issued by the U.S. Navy Education and Training Command, The Australian Army Explosive Detection Dog and Handler Trainer's Course issued by the Australian Engineer School, or the British Army Class 1, Class 2, or Class 3 Dog Trainer Course issued by the British Army Defence Animal Centre. Contractor instructors shall successfully completed a formal explosive detection dog handler course that must consist of a minimum of eight (8) full time consecutive weeks, such as those found at the United Kingdom Defence Animal Centre, DoD Military Working Dog Training Center, U.S. Customs/U.S. Customs and Border Protection Center, or the Bureau of Alcohol, Tobacco, and Firearms Center. Contractor instructors shall have successfully completed a comprehensive formal professional dog trainer's course which included practical hands-on experience working with a large number and variety of dogs and incorporate a variety of training methods and ideologies. Contractor instructors shall have experience (within the last five years) training working dogs and handlers to meet Department of the Army certification standards. Contractor instructors shall have successfully completed a formal course and be proficient with using the Electronic Collar (E-Collar). Contractor instructors shall have successfully completed a formal course and be proficient in First Aid response and procedures for human and animals. Contractor instructors shall have sufficient knowledge in: characteristics of each of the explosives the team is trained to detect, how these explosives may be used in explosive devices, the requirements for safe handling, transportation, and storage of these explosives, and detailed knowledge of bomb threat response procedures. Contractor shall meet the requirements to handle explosives as defined in ATF Federal Explosive Law and Regulations 2012, as well as receive favorable results to all screening required IAW AR 190-12. Contractor employees shall be able to speak, read, write and comprehend the English language (minimum level Department of State Level 4) and understand U.S. Army operational environments and explosive hazard threats in those environments. Contractor employees shall possess the critical skills and experience to ensure successful completion of this Contract. They shall apply a variety of presentation and practice methods and training techniques. They shall motivate student handlers, student instructors and student dogs to learn and solve dog and handler performance problems using positive reinforcement and on-the-spot corrections. Contractors shall present a professional appearance dependent on working environment at all times. Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for Contractor when the manager is absent shall be designated in writing to the KO. The contract manager or alternate shall have full authority to act for Contractor on all contract matters relating to daily operations of this contract. The contract manager shall be available between 7:30 a.m. to 4:00p.m., Monday thru Friday except Federal holidays or when Government facility is closed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/174bbaed4908d94a5232f85a766293de)
 
Place of Performance
Address: Ft. Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04050436-W 20160317/160315234732-174bbaed4908d94a5232f85a766293de (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.