SOLICITATION NOTICE
U -- Role Players for Homeland Response Force Exercise
- Notice Date
- 4/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, Ohio, 43235-2788
- ZIP Code
- 43235-2788
- Solicitation Number
- W91364-16-R-0008
- Archive Date
- 5/19/2016
- Point of Contact
- John A. Mingo, Phone: 6143368969, Mark Miesse, Phone: 614-336-7175
- E-Mail Address
-
john.a.mingo.mil@mail.mil, mark.h.miesse.civ@mail.mil
(john.a.mingo.mil@mail.mil, mark.h.miesse.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) Solicitation W91364-16-R-0008 is issued as a Request for Proposal (RFP). (III) This requirement is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. (IV) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 561320 and the small business size standard is 25.5 million. The following commercial items are requested in this solicitation: (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001: 10 mannequins with water proof laminated injury cards, 15 displaced civilian role players and 25 casualty role players. Items are to be used on 21 MAY 2016 to support Homeland Response Force OH-TF CBRN (DECON) and CASE Elements. Requirements and performance shall be IAW Statement of Work. Please include any additional overage charges, delivery-pickup charges, delivery fee in your quote. (VI) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VII) Quotes will be technically evaluated for conformance with the requirements of paragraph (V). Technical acceptance will be determined on a pass/fail basis. The government intends to award a contract to the lowest priced technically acceptable quote without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (VIII) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (IX) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (X) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-2, Evaluation-Commercial Items 52.212-3 ALT I, Offeror Representations and Certifications- Commercial items 52.212-4, Contract terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregate Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-42, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.223-5, Pollution Prevention and Right to Know Information 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2, Clauses Incorporated by Reference (clauses can be found at http://farsite.hill.af.mil/) 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.203-7996, Prohibition on Contracting with Entities that require certain internal Confidentiality Agreements-Representation (DEVIATION) 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) Representation (DEVIATION 2015-O0010) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.225-7031, Secondary Arab Boycott of Israel 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 232.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XI) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in a document titled "Questions and Answers." Offerors are requested to submit questions to the email address noted below not later than, 12:00 P.M. EST, 26 April 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov). All responsible sources may submit a response which, if timely received, must be considered by the agency. Emailed proposals will be accepted and is the preferred method no later than 1:00 P.M. EST, 4 May 2016, at john.a.mingo.mil@mail.mil and/or mark.h.miesse.civ@mail.mil. Point of Contact for this solicitation is John Mingo; john.a.mingo.mil@mail.mil, 614-336-8969. STATEMENT OF WORK Combined Training Exercise Role Player Support 1. Background: The use of role players to simulate realistic conditions encountered by National Guard responders in a natural disaster or domestic terrorism event. The use of role players is required to support regional training and exercises to enhance domestic contingency preparedness exercises and evaluation of CBRN Enhanced Response Force Package (CERFP) and Homeland Response Force (HRF). 2. Objective: This Statement of Work establishes performance requirements for contractor support to allow training organizations the maximum opportunity to exercise their personnel under simulated actual conditions. Role players are essential to realism and interaction during the training events, which is enhanced by acting, moulage and environmental conditions. 3. Requirements: Provide Combined Training Evaluation (CTE) Support for HRF OH- Annex A. The contractor shall provide required support as listed in accordance with the performance standard below: a. General requirements: Water, tables, and chairs. Heating or cooling areas as required by weather conditions. Provide a holding site/ break area to include lights, electricity, water, meals, tables, and chairs. Heating or cooling areas as required by weather conditions. Provide role players transportation support to and from training areas, parking areas and break/meal areas. Develop and publish a formal plan to address procedures and resources available for on- site safety "real world" emergencies and life support capabilities. Establish a system/plan for Communications with Exercise Planner and Exercise Control. Provide points of contact, obtain radios and arrange for Internet access. The contractor is responsible at all times for their staff, employees and role players. Screen role players for prior medical issues due to the rigors of training requirements. Provide role player orientation and mandatory safety training prior to their participation. For each EXEVAL, provide two (2) Glo-Germ kits. Each kit shall contain one (1) bottle of Glo-Germ and one (1) hand held black light for detecting contamination containment and decontamination techniques. Glo-Germ applications and usage shall be dictated by exercise requirements. Follow all applicable federal, state and local safety regulations. Liability and/or usage agreements may be required for access to training site. Provide points of contact, with a high visibility method of identification (e.g. vest) at all training sites to supervise and support personnel. Provide mandatory safety equipment (hard hats, eyeglasses, etc.) for all role players entering the collapse structure (rubble pile) location. Ensure staff, employees and role players shall park only in designated areas. Use government provided identification badges (if required). Role players must have two forms of state/federal ID to enter federal facility. Provide Exercise Planners an accurate number of role players presentations to pass through the DECON line according to Ambulatory and Non-Ambulatory iterations. b. Casualty Role Player Support Provide role players (actors) in accordance with Exercise Annex A specification (quantity,locations, time and conditions) for each of the exercises. Provide an on-site manager, expert for assuring quality of moulage treatments. The numbers of artisans are based on your needs to provide the number or presentations. Provide exercise scenario specific moulage for casualty role players with the following types of medical issues: Multiple Compression Wounds, Geriatrics Trauma, Chest Pain, Crush, Burn, Hot/Cold, and Panic (mental other), Chemical, PTSD, Pediatrics- Ambulatory and Non-Ambulatory. Provide causalities IAW injury list (moulage injury list above), provide exercise scenario specific Mass Casualty Cards (water proof) and provide injury specific acting instructions/coaching for all casualty role players. Provide patient flow rates in accordance with exercise scenarios and schedule of exercise events. Role players will be moulaged (made up) and transported to the appropriate sites in accordance with exercise timelines and suspenses. Provide all materials to include "cut away" clothing and moulage for make-up and dressing role players. Provide shower or water shoes for all role players. Ensure all role players have appropriate skin tight undergarments (swim suits). Provide person(s) to move items taken from casualty role players at the start of Decon to the end of Medical treatment holding area. Ensure timely pickup of role players once they have passed through medical holding area to maximize the recycling and iteration process. Role players will get extremely wet, prop clothing will be cut off and they will be scrubbed with brushes and a lot of water (possibly cold water). Provide required support at each presentation dependent upon the exercise sequencing and pacing. Times may shift slightly based on training requirements as directed by exercise planners. c. Displaced Civilian (DC) Role Players Provide DC role players (actors) in accordance with the Exercise Annex A specifications (quantity, locations, time and conditions) for each of the exercises. Provide an on-site manager/expert, for assuring quality of DC role players. The numbers of DC role players are based on requirements to provide the number of presentations. Ensure DC role players are briefed on specifics of exercise scenario requirements and perform within the limits of the scenario. Ensure timely pick up of role players once they have completed the exercise scenario to maximize the role player recycling process. d. Mannequin Support Provide mannequins in accordance with the Exercise Annex A specifications (quantity, locations, time and conditions) for each of the exercises. Provide an on-site manager/expert for assuring quality of moulage treatments. Mannequins will be moulaged (made up), transported and handed off the Rubble Pile staff for placement the evening prior to the following days event. Mannequins: Adults shall weigh a minimum of 150 pounds with weighted limbs; Children 60-100 pounds; Infants 10-30 pounds. Composition of mannequins: Adults ~ 75%, Children ~ 15%, Infants ~ 10% mix. Provide exercise scenario specific moulage for mannequins with the following types of issues: Multiple Compression Wounds, Geriatrics, Trauma, Crush, and Burn. Provide required support at each presentation dependent upon the exercise sequencing and pacing. Times may shift slightly based on training requirements as directed by exercise planners. 4. Criminal Background Checks: The contractor shall provide proof of employee criminal background checks upon request. (Note: The Contractor shall not employ an individual with a felony on their criminal record). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by in installation Provost Marshal Office, Director of Emergency Services or Security Office. Annex A Role Player Support Provide training support for OH HRF CBRNE Task Force Event: HRF OH CTE #1 Location: Task Force 1 Training Site, 200 McFadden Ave, Dayton, OH 45403 Event Dates: 21 May 2016 21 May 2016 (0700-1800) CTE Day 1- (Saturday) Structural Collapse Simulator Operations • 10 mannequins with water proof laminated injury cards for rubble pile and water decontamination operations. • 15 Displaced Civilian (DC) role players available for placement at site NLT 0730 hours to support CBRN Assistance Support Element (CASE) operations. DC role players shall come prepared with appropriate undergarments and water shoes. • 25 casualty role players shall be moulaged and available for placement at site NLT 0700 hours. Casualty iterations and injury types will be determined by exercise requirements, but no less than three (3) iterations during the operational period.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33/W91364-16-R-0008/listing.html)
- Place of Performance
- Address: Task Force 1 Training Site, 200 McFadden Ave, Dayton, Ohio, 45403, United States
- Zip Code: 45403
- Zip Code: 45403
- Record
- SN04078689-W 20160410/160408234718-f45ca2926930d9bf37bf28f61b0df2b8 (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 |