Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2017 FBO #5752
SOLICITATION NOTICE

R -- CONTRACTOR SUPPORT DESIGN/FACILITATE ALL HANDS EMERGANCY EXERCISE - Combined Synopsys Solicitation

Notice Date
8/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922190 — Other Justice, Public Order, and Safety Activities
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
 
ZIP Code
27713
 
Solicitation Number
CF4650566
 
Archive Date
9/13/2017
 
Point of Contact
Christopher J. Fisher, Phone: 919-541-0428
 
E-Mail Address
christopher.fisher@nih.gov
(christopher.fisher@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449 Evaluation Factors Statement of Work Combined Synopsys Solication NIH/National Institute of Environmental Health Sciences (NIEHS) Solicitation No: CF4650566FBO Date Issued: August 21, 2017 Due Date: August 28, 2017 by 1:00 pm edt Issued by: Christopher Fisher, Contracting Officer E Mail: christopher.fisher@nih.gov Telephone: 919-541-0428 All quotes shall be submitted via e-mail to Christopher fisher at Christopher.fisher@nih.gov Goods/Services to be purchased: Planning, conducting, facilitating, controlling, evaluating a full scale exercise with an inclement weather/fire with HAZMAT scenario in accordance with the Statement of Work (SOW). Place of Performance: 111 T.W. Alexander Drive, RTP, NC 27509 NOTICES: 1. This is a Combined Synopsis/Solicitation. 2. ISSUED AS FULL AND OPEN COMPETITION NAICS Code: 922190 3. Any questions regarding this announcement must be submitted in writing no later than August 24, 2017 by 1:00 pm edt to Christopher Fisher via email at christopher.fisher@nih.gov. SECTION I - COMBINED SYNOPSIS & SOLICITATION This is a combined synopsis/solicitation for commercial services 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. The Solicitation Number is CF4650566. This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-94 dated December 20, 2016. FULL AND OPEN COMPETITION - NAICS Code/SIZE: 922190 SECTION II - INSTRUCTIONS Only written requests for additional information will be accepted. Notification of any changes shall be made only on the GSA website. Proposals submitted in response to this notice shall include the Solicitation Number, Company Name and Address, Phone Number, Email Address, DUNS and Tax ID/Employer Identification Numbers, payment terms, and be signed and dated and submitted via one of the addresses listed on Page 1 of this package. Responses will be accepted via e-mail or hard copy. Responses will not be accepted by facsimile. Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to be awarded will not be considered. Vendors may register with SAM by going to the website - www.sam.gov NOTE: If your company was previously registered in Central Contractor Registration (CCR), you do not need to register in SAM as the information was transferred from CCR to SAM. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2013) is included by reference (full text is available electronically at http://www.acquisition.gov/far. A completed copy of this provision must be included with response. Offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. SECTION III BASIS FOR AWARD The Government intends to award an order resulting from this solicitation to the responsible offeror whose proposal represents the best value after evaluation in accordance with the non-price Evaluation Factors in the solicitation. Evaluation Factors are 1. Contractor Corporate Experience - 40% 2. HSEEP Exercise Compliance - 20% 3. Contractor's Project Manager/Lead Qualifications and Experience - 20% 4. Contractor Staff Experience - 20% See Section V "EVALUATION AND BASIS FOR AWARD" for details SECTION IV - SUPPLIES, PRICES AND DELIVERY The Contractor shall furnish and deliver all required personnel, labor, materials, and supplies to prepare, execute, and complete the required Consulting Services in accordance with the Statement of Work (SOW) and all other terms and conditions specified herein. Statement of Work (SOW) Background and History The National Institute of Environmental Health Sciences (NIEHS) is headquartered in Research Triangle Park, NC, and is one of 27 institutes and centers comprising the National Institutes of Health (NIH), and the only NIH Institute not headquartered in Bethesda, MD. The mission of NIEHS is to discover how the environment affects people in order to promote healthier lives. The NIEHS occupying a 377 acre federal campus with ten owned buildings, and an off-campus leased office building (Keystone Building) located within a mile of the campus. The NIEHS campus adjoined by a 134 acre USEPA campus. The NIEHS campus consists of land, buildings, roadways, parking areas, and underground utilities. The campus Government-owned buildings include administrative, laboratory, clinical and support facilities. NIEHS campus buildings include: Building 101, containing 394,916 net square feet of laboratory, office, animal housing, and support space designed for approximately 900 employees. Buildings 102 through 108 comprise the Support Services complex on the NIEHS campus, collectively contain 120,600 gross square feet of space, and houses approximately 100 Staff and Contractor employees who operate and maintain the facilities. Building 102 houses the Office of Research Facilities Branch (ORF), including facilities maintenance shops, and the Operations and Security Branch offices. Building 103 is a Chemical Storage and Records Archive Building. Building 104 is a Warehouse and houses a Data Center. Building 105 is the Power Plant, containing high temperature hot water generators which can burn either gas or fuel oil, and electric centrifugal water cooling chillers. Building 106 is the Refuse Building, containing pathological/hazardous waste incinerators. Building 107, the Electrical Substation, contains the main site electrical switchgear and is supplied from the connecting substation served by Duke Power Company with 100,000 volt incoming services. Building 108, Waste Handling Facility. The Clinical Research Unit (CRU Bldg. 109) is a modular building adjacent to Building 101 that houses approximately 10 employees. The Net Zero Warehouse (Building 110) is housed on the Burden Creek portion of the campus and conducts shipping and receiving operations subject to inspection and screening, prior to being distributed throughout the campus and leased building. The NIEHS leased office building (Keystone building) is approximately 70,000 gross square feet, with approximately 300 occupants, and located within one mile of the NIEHS campus. The campus Government-owned buildings include administrative, laboratory, and support facilities. USEPA campus buildings include: 1. Main research and administration building and office complex (RTP-Main) approximately 1.1 million gross square feet primarily laboratory, office, animal housing space. 2. National Computer Center (NCC) is a large data center with several offices and conference space. 3. First Environments Early Learning Center child care facility (FEELC) is a joint child care facility that houses approximately 140 children. II. Project Scope A. Basic Exercise Requirements The NIEHS intends to contract with a qualified vendor to develop and conduct a Full-Scale Exercise with an inclement weather/fire with HAZMAT scenario at NIEHS/USEPA. The full-scale exercise will promote preparedness; validate plans, policies, procedures, and systems; and, determine the effectiveness of the command, control, and communications functions. The exercise will require working with: local responders from Durham City and County; NIEHS Emergency Operations Center (EOC); NIEHS Crisis Management Center (CMC); and, NIEHS Emergency Teams. The entire exercise, After Action Report (AAR), and Improvement Plan (IP) must be Department of Homeland Security (DHS) Homeland Security Exercise Evaluation Program (HSEEP) compliant. The contractor shall plan, develop, conduct, facilitate, control and evaluate a full scale exercise and all exercise activities at NIEHS/USEPA to ensure a full and complete exercise to achieve the exercise objectives in a single day (six to eight hour) to occur in April 2018 (tentative). This includes providing facilitators, controllers and evaluators at the locations on the NIEHS/USEPA campus and the NIEHS Keystone building where the exercise will take place, at the Incident Command Center (ICC), at the NIEHS CMC, and at the NIEHS EOC. This will be a real-time, full scale exercise. The exercise will be controlled using scripted messages and evaluated based upon the exercise objectives. In addition to exercising the Government key players, the exercise shall include an evacuation for the NIEHS general population. B. Exercise Objectives The TENTATIVE FSE objectives: [NOTE: These are tentative objectives to be confirmed and adjusted as necessary during initial exercise planning] 1. Activate, staff, and operate the Emergency Operations Center (EOC) utilizing EOC Staff and all eight emergency teams: Administrative and Logistics Team (ALT), Animal Resources Team (ART), Communications Team (CT), External Research Team (ERT), Facilities Team (FT), Information Technology Team (ITT), Internal Research Team (IRT), Safety and Security Team (SST). 2. Activate, staff, and operate the Crisis Management Center (CMC) utilizing the Senior Leadership Group (SLG). 3. Implement the Incident Command System (ICS) in response to an incident and effectively transition to a Unified Command System (UCS) incorporating local responding agencies. 4. Order and perform evacuation procedures with assembly and accountability at each assembly point. 5. Conduct 100% accountability for all employees (leave, travel, teleworking, onsite, missing, injured, casualties). 6. Interface with local, state, and federal agencies examining the interface and understanding among agencies in the conduct of incident management activities. 7. Provide timely information to the population and assist in minimizing chaos utilizing media resources with the coordination of local, state, and federal agencies. 8. Exercise all personnel in buildings on campus to include the Net Zero Warehouse and our off-campus Keystone Building. C. Government Participants 1. Government Primary Players (Total approximately 100 personnel - all numbers approximate): a) 8 Emergency Teams: 55 personnel b) Emergency Operations Center Staff: 3 personnel c) Joint NIEHS/USEPA Security Staff: 29 personnel d) CMC Staff: 2 personnel e) Senior Leadership Group: 11 personnel 2. NIEHS General Population is approximately 1400 employees (including players identified above) 3. USEPA General Population is approximately 1800 employees (including players identified above) 4. Local Government Responders (i.e. Fire, EMS, Police, Sheriff) - TBD D. Work Progress and Activities The contactor shall recommend specific timeliness and limits for actions, developments, and play. The exercise is to be conducted prior to 1 May 2018. E. Project Meetings 1. Conduct Project Kickoff Meeting to discuss meeting dates, monthly status reports process, approve (or guidance and participants for the exercise 2. Conduct Initial Planning to define the objectives, scope, scenario, and participants 3. Conduct Meeting with Subject Matter Experts to plan a realistic and challenging scenario 4. Conduct Meeting with Exercise Evaluation Team Members 5. Conduct Mid-Term Planning meeting to review draft exercise plan, situation manual and related presentations or handouts 6. Conduct Final Planning Meeting to finalize exercise materials and logistics for the exercise 7. Conduct an After Action Meeting F. Deliverables 1. Develop and implement a project schedule and timeline 2. Develop Exercise Schedule 3. Conduct the Exercise 4. Facilitate the Exercise 5. Evaluate the Exercise 6. Conduct planning meetings 7. Conduct all HSEEP required planning meetings with relevant stakeholders. 8. Lead Exercise Planning committee 9. Assemble Exercise Planning Committee by selecting NIEHS/USEPA personnel that can provide expertise 10. Determine responsibilities and resources of external stakeholders and participating agencies 11. Develop a realistic/ probable scenario 12. Develop a Situation Manual a) Exercise Design Team and Trusted Agents b) Scenario Narrative Summary Statement c) Target Capabilities d) Exercise Objectives e) Exercise Ground Rules f) Master Scenario Events List (MSEL) to include expected exercise actions 13. Develop Exercise Plan (EXPLAN) 14. Develop Control and Evaluation Plan 15. Develop Exercise Evaluator Checklists 16. Develop Controller/Evaluator Handbooks (CE) 17. Develop Player handbooks 18. Develop Simulator handbook, guide 19. Develop Observer packet 20. Develop Safety Plans 21. Train control and evaluation personnel 22. Provide Facilitator, Evaluator, and Participant Briefings 23. Observe and record issues, key actions and lessons learned 24. Provide Facilitator, Evaluator, and Participant Feedback Forms 25. Conduct Hot Washes for all exercise players and exercise debriefs for key personnel. 26. Prepare HSEEP report and document for the exercises 27. Provide After Action Report (AAR), (government shall have the opportunity to review and comment before final draft is completed) 28. Detailed recommendations outlined in an Improvement Plan (IP), (government shall have the opportunity to review and comment before final draft is completed) 29. List of Materials, Props, and Actors to be utilized 30. Provide moulage for injured/victims 31. Provide signage 32. All other necessary materials and supplies G. Place and Period of Performance Exercise will be conducted on the NIEHS/USEPA campus and offsite Keystone Building in Research Triangle Park, NC. The contractor will have ten months from the date of award to accomplish this project, to include delivery of all after action activities and reports. III. Government Furnished Components NIEHS/USEPA will provide all facilities for the exercise, meeting locations, limited exercise support personnel (victims and runners), and equipment used by exercise participants. SECTION V - EVALUATION AND BASIS FOR AWARD FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Contractor Corporate Experience - 40% The Contractor shall describe its corporate experience for three reference exercises it has conducted of a similar size and scope to the exercise being conducted under this project. 2. HSEEP Exercise Compliance - 20% The Contractor shall describe corporate experience for three previous projects requiring the planning, conducting and evaluating of HSEEP compliant exercises. 3. Contractor's Project Manager/Lead Qualifications and Experience - 20% The Contractor's assigned project manager/lead for this project shall have knowledge, experience and expertise in the field of Federal, State, and Local government emergency management programs as demonstrated by the combination of leading at least three example reference projects providing in the same or similar services to the size and scope of exercise of this project, and/or designation as a Certified Emergency Manager (CEM) by the International Association of Emergency Managers (IAEM). 4. Contractor Staff Experience - 20% The Contractor shall describe the knowledge and experience of other staff (other than the project manager/lead) assigned to this project in the operations of emergency operations centers, HAZMAT response, emergency medical services, fire response, and law enforcement response to substantiate the ability to perform the services required by this project. Past Performance: Provide past/current performance information for those companies or installations where your firm has recently (during the past three years) provided similar services for the type instruments specified in the SOW. Provide the following information for each reference: Name of Contracting Organization Contract Number (for subcontracts, provide the prime contract number and the subcontract number) Contract Type Total Contract Value Description of Requirement Contracting Officer's Name and Telephone Number (The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions.) Technical and past performance, when combined, are of equal importance to price. A written notice of award or acceptance of an offer or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/CF4650566/listing.html)
 
Place of Performance
Address: 111 T W ALEXANDER DRIVE, RTP, North Carolina, 27509, United States
Zip Code: 27509
 
Record
SN04638813-W 20170823/170821232105-31e5eb297a17aa6d7524d17a1d4bbf11 (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.