Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOLICITATION NOTICE

R -- CTE & EXEVAL TRAINING EXERCISES - Annex A Role Player Description

Notice Date
10/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP19R0001
 
Archive Date
11/9/2018
 
Point of Contact
William T. Brown, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Annex A Role Player Support SOLICITATION: W911YP19R0001 AGENCY/OFFICE: Utah National Guard/USPFO PERIOD OF PERFORMANCE LOCATION: Unified Fire Training Tower & Rubble Pile, 3950 S. 8000 W., Magna, UT 03-04 November 2018 and 22-24 March 2019 SUBJECT: CTE & EXEVAL w/Role Players & Mannequins RESPONSE DUE DATE: 12:00 PM MST 25 October 2018 CONTRACTING POC: William (Billy) T. Brown IIIEmail: William.t.brown68.civ@mail.milPhone: 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM CERTIFIED SMALL BUSINESSES WILL BE ACCEPTED***** The Utah National Guard is soliciting a requirement for CTE & EXEVAL training exercises under combined synopsis/solicitation W911YP19R0001 and is being issued for Request for Quotations (RFQ). This requirement is being solicited as a Total Small Business set-aside under NAICS code 541611 "Administrative Management and General Management Consulting Services" which has a Small Business Size Standard of $15,000,000.00 (www.sba.gov). FOR VENDOR'S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. The period of performance dates are 03-04 November 2018 and 22-24 March 2019. This award should be able to be filled by a single vendor. STATEMENT OF WORK: 1.Purpose. This Statement of Work (SOW) defines the requirements for the Region VIII Homeland Response Force EXEVAL event conducted at the Magna Unified Fire Authority (UFA) Training Site and Camp Williams Utah. 2.Background. The Region VIII Homeland Response Force (HRF) is tasked by NGB as part of CTE and EXEVAL to contract role players, and two (2) three (3) person incident management teams which mirror the ICS framework. Role players are used to simulate realistic conditions encountered by National Guard responders in a natural disaster or domestic terrorism event. The NGB guidance states that an Incident Management Team (IMT) must consist of subject matter experts within the EMS field and occupy the positions of Incident Commander, Operations Chief, and Logistics and/or Finance Chief. 3.Objective. This Statement of Work (SOW) establishes performance requirements for contractor support to allow training organizations the maximum opportunity to exercise their personnel in the event and evaluation. 4.Requirements. The contractor shall meet or exceed the performance objectives below in accordance with performance standards set forth in Annex A. Personnel assigned to this task shall possess the skills and expertise necessary to perform assigned tasks associated with this order. Complete teams must be provided to award compensation. Cancellations must be requested NLT 30 days prior to start of event. a.CLIN 1. Role Players - CTE. (1)Event. Region VIII HRF CTE (2)Location. Unified Fire Training Tower and Rubble Pile: 3950 S. 8000 W., Magna, UT. (3)Event Dates. 03-04 November 2018. (4)Contractor Support Dates/Time. 03-04 November 2018, 0900-1700 daily. (5)Planning Meeting/Site Recon Date. TBD (6)Provide 100 role players as outlined in Annex A. The number of role players at each presentation will be directed by exercise planners. (7)Times may shift slightly based on training requirements as directed by exercise planners. (8)Training will continue during inclement weather. a.Task 1. Provide (100) casualty role players. 03 November 2018 - CTE Day 1. Contractor will provide 100 role players. Role players must be moulaged and available for placement at assigned site NLT 0900 hours. Casualty iterations and injury types will be determined by exercise requirements, but no less than three (3) iterations during the operational period. Contractor will have all supporting equipment and supplies made ready prior to training start time, as listed in Annex A. Placement of displaced civilians and support shall be dictated by exercise requirements. Role players may go through a wet or dry decontamination process. b.Task 2. Provide (100) casualty role players. 04 November 2018 - CTE Day 2. Contractor will provide 100 role players. Role players must be moulaged and available for placement at assigned site NLT 0900 hours. Casualty iterations and injury types will be determined by exercise requirements, but no less than three (3) iterations during the operational period. Contractor will have all supporting equipment and supplies made ready prior to training start time, as listed in Annex A. Placement of displaced civilians and support shall be dictated by exercise requirements. Role players may go through a wet or dry decontamination process. c.Task 3. Provide (20) Moulaged Mannequins. 03 November 2018 - CTE Day 1. Contractor will moulage 20 government provided mannequins NLT 0900 daily, in preparation for placement as directed by the site training coordinator. Further iterations of moulage will be determined by exercise requirements. Mannequin injuries will be taken from Annex A. d.Task 4. Provide (20) Moulaged Mannequins. 04 November 2018 - CTE Day 2. Contractor will moulage 20 government provided mannequins NLT 0900 daily, in preparation for placement as directed by the site training coordinator. Further iterations of moulage will be determined by exercise requirements. Mannequin injuries will be taken from Annex A. b.CLIN 2. Role Players - EXEVAL. (1)Event. Region VIII HRF EXEVAL (2)Location. Unified Fire Training Tower and Rubble Pile: 3950 S. 8000 W., Magna, UT. (3)Event Dates. 22-24 March 2019. (4)Contractor Support Dates/Time. 22-24 March 2019, 0900-1700 daily. (5)Planning Meeting/Site Recon Date. TBD (6)Provide 125 role players as outlined in Annex A. The number of role players at each presentation will be directed by exercise planners. (7)Times may shift slightly based on training requirements as directed by exercise planners. (8)Training will continue during inclement weather. a.Task 1. Provide (125) Role Players. 22 March 2019 - EXEVAL Day 1. Contractor will provide 125 role players. Role players must be moulaged and available for placement at assigned site NLT 0900 hours. Casualty iterations and injury types will be determined by exercise requirements, but no less than three (3) iterations during the operational period. Contractor will have all supporting equipment and supplies made ready prior to training start time, as listed in Annex A. Placement of displaced civilians and support shall be dictated by exercise requirements. Role players will go through a wet decontamination process, unless otherwise directed by HRF Commander and Exercise Director. b.Task 2. Provide (125) Role Players. 23 March 2019 - EXEVAL Day 2. Contractor will provide 125 role players. Role players must be moulaged and available for placement at assigned site NLT 0900 hours. Casualty iterations and injury types will be determined by exercise requirements, but no less than three (3) iterations during the operational period. Contractor will have all supporting equipment and supplies made ready prior to training start time, as listed in Annex A. Placement of displaced civilians and support shall be dictated by exercise requirements. Role players will go through a wet decontamination process, unless otherwise directed by HRF Commander and Exercise Director. c.Task 3. Provide (125) Role Players. 24 March 2019 - EXEVAL Day 3. Contractor will provide 125 role players. Role players must be moulaged and available for placement at assigned site NLT 0900 hours. Casualty iterations and injury types will be determined by exercise requirements, but no less than three (3) iterations during the operational period. Contractor will have all supporting equipment and supplies made ready prior to training start time, as listed in Annex A. Placement of displaced civilians and support shall be dictated by exercise requirements. Role players will go through a wet decontamination process, unless otherwise directed by HRF Commander and Exercise Director. d.Task 4. Provide (20) Mannequins. 22 March 2019 - EXEVAL Day 1. Contractor will moulage 20 government provided mannequins NLT 0900 daily, in preparation for the training directed by the site training coordinator. Further iterations of moulage will be determined by exercise requirements. Mannequin injuries will be taken from Annex A. Mannequins will be placed on the rubble pile per site corrdinators advisement. e.Task 5. Provide (20) Mannequins. 23 March 2019 - EXEVAL Day 2. Contractor will moulage 20 government provided mannequins NLT 0900 daily, in preparation for the training directed by the site training coordinator. Further iterations of moulage will be determined by exercise requirements. Mannequin injuries will be taken from Annex A. Mannequins will be placed on the rubble pile per site corrdinators advisement. f.Task 6. Provide (20) Mannequins. 24 March 2019 - EXEVAL Day 3. Contractor will moulage 20 government provided mannequins NLT 0900 daily, in preparation for the training directed by the site training coordinator. Further iterations of moulage will be determined by exercise requirements. Mannequin injuries will be taken from Annex A. Mannequins will be placed on the rubble pile per site corrdinators advisement. c.CLIN 3. Incident Management Teams - EXEVAL. (1)Event. Region VIII HRF EXEVAL (2)Location(s). First team location: Unified Fire Training Tower and Rubble Pile: 3950 S. 8000 W., Magna, UT. Second team location: Camp Williams; 17800 S. Camp Williams Road, Bluffdale, UT. (3)Event Dates. 22-24 March 2019. (4)Contractor Support Dates/Time. 22-24 March 2019, 0800-1730 daily. (5)Planning Meeting/Site Recon Date. TBD (6)Contractor will be staged on site while participants are actively exercising and provide exercise injects in concert with the EXEVAL coordinator, JITEC. (7)Training will continue during inclement weather. (8)The UT HRF reserves the right to cancel this CLIN any time prior to 3 December 2018. This will be done in writing through our contracting office. Contractor will plan for this CLIN and include it in their bid (9)The IMT teams will be available on 21 March 2019 from 1200 - 1600 to meet with the exercise director and NGB representatives to receive training and information specific to support the exercise. Location is TBD but will likely be Camp Williams, UT. a.Task 1. EXEVAL Day 1. Provide (2) Incident Management Teams. 22 March 2019. Each team will consist of 3 personnel, an Incident Commander, Operations Chief, and Logistics or Finance Chief. The IMT will shadow an exercise evaluator, and coordinate directly with the designated JITEC staff member(s) to provide exercise injects to HRF personnel when required to do so by JITEC. b.Task 2. EXEVAL Day 2. Provide (2) Incident Management Teams. 23 March 2019. Each team will consist of 3 personnel, an Incident Commander, Operations Chief, and Logistics or Finance Chief. The IMT will shadow an exercise evaluator, and coordinate directly with the designated JITEC staff member(s) to provide exercise injects to HRF personnel when required to do so by JITEC. c. Task 3. EXEVAL Day 3. Provide (2) Incident Management Teams. 24 March 2019. Each team will consist of 3 personnel, an Incident Commander, Operations Chief, and Logistics or Finance Chief. The IMT will shadow an exercise evaluator, and coordinate directly with the designated JITEC staff member(s) to provide exercise injects to HRF personnel when required to do so by JITEC. 5. Period of Performance. 03-04 November 2018, 22-24 March 2019. 6. Place(s) of Performance. Unified Fire Training Tower and Rubble Pile; 3950 S 8000 W., Magna, UT., and/or Camp Williams; 17800 S. Camp Williams Road, Bluffdale, UT. 7. Travel and Other Direct Charges (ODC). N/A 8. Government Property and Furnished Information (GFI). Twenty (20) government mannequins will be provided to the contractor each day and will hand-receipted out each day. Mannequins must be in the same condition as when checked out each day. 9.Security Requirements. There are no clearance requirements for the Unified Fire Training Tower and Rubble Pile location. Camp Williams security requirement will be fulfilled Security of EMS equipment is a contractor responsibility during all events. 10.Requirement Fulfillment. All manning and equipment requirements are mandatory as stated in Annex A. The HRF will not be obligated to reimburse the stated contracting rate, unless manning and equipment requirements are fully met. If any changes are necessary to personnel or equipment, the contractor must submit a request to the HRF contracting officer no later than (NLT) 30 days prior to event. 11.Site Description. All sites are accessible by hard-packed roads to support transporting of equipment and personnel. The Collapsed Structure Site contains several structures to simulate collapsed buildings. The Unified Fire Training Tower and Rubble Pile site includes training lanes, staging areas, equipment lay-down areas, and parking lots. Weather and temperature varies, depending on each season. Expect possible sustained winds of up to 60 mph. Thunderstorms, rain and snowfall may occur in November and March. Expect and prepare for possible low temperatures. CONTRACT TYPE / EVALUATION CRITERIA: The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Best Value Tradeoffs. A Best Value quote is one that meets all the technical aspects of this requirement while providing the best value to the government, IAW FAR 15.101-1. Tradeoff factors that will be considered include: technical, past performance, and price, in that order of importance. Technical will be rated more important than past performance. Past performance will be rated more important than price. PAST PERFORMANCE: It is highly recommended that offerors have previous experience in managing and conducting a CTE & EXEVAL training exercise, or a similar training exercise. Please provide atleast three (3) references of contracts you have executed on similar to this requirement. SAM REGISTRATION: All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. QUOTES: Please provide your quote submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 12:00 pm (Mountain) 25 October 2018. All submissions should be sent via email to: william.t.brown68.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. CLAUSES: The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.204-7 - Central Contractor Registration FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTP://FARSITE.HILL.AF.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP19R0001/listing.html)
 
Place of Performance
Address: 3950 South 8000 West, Magna, Utah, 84044, United States
Zip Code: 84044
 
Record
SN05119187-W 20181012/181010230721-4f2bc8bf157498b7761f2b50ce637203 (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  © 1994-2020, Loren Data Corp.