Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2020 SAM #6877
SOLICITATION NOTICE

L -- CST Survey Course

Notice Date
9/25/2020 3:27:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
W7NW USPFO ACTIVITY OR ARNG SALEM OR 97309-5047 USA
 
ZIP Code
97309-5047
 
Solicitation Number
W912JV-20-Q-0010
 
Response Due
9/30/2020 11:00:00 AM
 
Archive Date
10/15/2020
 
Point of Contact
Richard Harvey, Phone: 5035843773
 
E-Mail Address
richard.a.harvey5.civ@mail.mil
(richard.a.harvey5.civ@mail.mil)
 
Description
Notice type: Combo Synopsis Response date: September 30, 2020 at 11:00 AM PST Class Code: L099 NAICS: 611519 Solicitation #: W912JV-20-Q-0010 Place of Performance: Salem OR Contracting Office Address: The United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.301, 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The solicitation No: W912JV-20-Q-0010 and is issued as a Request for Quote (RFQ). Request for Quotes are due by September 30, 2020 11:00 a.m. (PST). The RFQ will result in a firm fixed price contract. The National American Industry Classification System (NAICS) code for this acquisition is 611519 The Small business Size Standard is $15,000,000.00.� The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services: Please have all RFI�s sent to the Government POC listed on this Combo Synopsis by 11:00 PST on September 24th 2020 to allow time for the a Q&A Amendment to be distributed out to all parties. . ��� Location: Salem, OR Period of Performance: 12 October 2020 to 16 October 2020 CLIN 001 Provide One Survey Equipment Capabilities Course per the PWS CLIN 0001 Total $ ������������������������������������������������������������������������������������������������������������������ � � CLIN 0002- Army Contractor Manpower Reporting Requirement (yearly requirement).� Include price for this reporting requirement (see requirement below) or indicate �No Charge�. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau (or your organization) via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2019. Contractors may direct questions to the help desk at: https://beta.sam.gov/ Unit Identification Code (UIC) for the Requiring Activity: W90KNA � CLIN 0002 TOTAL $ ��������������������������������������������������������������������������������������������������������������������� � QUOTE TOTAL (CLIN 0001 & CLIN 0002) $ ������������������������������������� � Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with the total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. One Contract will be awarded based on the following evaluation factors that are deemed the best value to the government.� Failure to identify inside your quote that you meet all technical aspects of the PWS will make your quote ineligible for award.� All quotes determined to be responsible will be evaluated by a government technical representative.� The award for this will be made without discussions.� No Site Visit is authorized at this time.� � Most technically capable of performing the course according to the PWS. One Instructor with a PHD in Physical Science Price Quotes must be Firm Fixed Priced Clause 52.219-14 -- Limitations on Subcontracting By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Evaluation Criteria: Award(s) will be made to the most technically capable offeror meeting all requirements according to the PWS that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9.� Ensure your quote is detailed enough to determine that it meets that terms and conditions of the requirement and the performance standards in the PWS. SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors� proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors� proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. This announcement will result in a firm fixed-price contract. Point of Contact: Richard Harvey Contracting Officer USPFO Purchasing and Contracting OR Phone: 503-584-3773 Email: Richard.a.harvey5.civ@mail.mil PERFORMANCE WORK STATEMENT Oregon National Guard Oregon CST Equipment Survey Capabilities Course Short Title:� OR CST Survey Equipment Course 12-16 October 2020 1.� Background:� The 102nd Civil Support Team (CST) is required by National Guard Bureau (NGB) to conduct over 756 hours of specialized commercial available training hours IOT be considered trained and available for Chemical, Biological, Radiological, and Nuclear (CBRN) response missions.� A Survey Equipment capabilities course is required to be completed within one year of being assigned to the team, and is considered critical training for the survey section.� Survey Equipment Capabilities Course provides base level training on how to operate and maintain Commercial Off the Shelf (COTS) equipment.� NGB does contract this course, but only holds 6 courses a year with limited seating.� Due to high turn-over rate within the CST community, Oregon CST has to compete for limited seats to attend the training.� Based on limited training seats, COVID-19 restrictions, and upcoming gold cycle for RMP 6 in November 2020, soliciting out for the course is mission essential to meet NGB CBRN training and response requirements. ����� 2. Objective:� This Performance Work Statement (PWS) establishes performance requirements for contractor tasks necessary to provide a Basic Survey Course for a class size of 16 SMs that meets NGB requirements to fulfill the specialized training requirement for the survey section.� This training will need to focus on all COTS equipment/technologies the survey section uses (RAMAN, FTIR, Rae Systems, GCMS, IMS, colorimetric tubes, and bio collection devices).� The course should give the team a firm understanding and foundation of how to maintain the equipment, deploy it in a CBRN environment, and equipment theory of how the instruments work. 3. Requirements: The contractor shall perform the PERFORMANCE OBJECTIVES below in accordance with the Performance Standards. Personnel assigned to this task shall possess the skills and expertise necessary to perform assigned tasks associated with this order.� Contractor shall have prior experience providing training to the CST community.� Contractor shall provide at least one instructor with a PHD in a physical science to provide in-depth instruction on how various chemicals interact with the software of COTS equipment at the molecular level, and to facilitate in-depth COTS equipment theory discussion.�� � ����� Task 1, Program Management:� The contractor shall provide materials and services to accomplish all tasks outlined in this Performance Work Statement throughout the period of performance of the contract.� The contractor shall prepare for, conduct, and participate in meetings and reviews when required or directed. The contractor will schedule a �kick-off� meeting within 10 days of contract award. The contractor shall resolve action items assigned to the contractor at these meetings.� The contractor shall provide support IAW this PWS for the following course: Basic Survey Equipment Capabilities Course. Task 2, Provide COTS Equipment Capabilities and Limitations Equipment to be covered: -FTIR: Tru Defender, HazMat ID, GASID -Ramen: First Defender, Ahura -Rae Systems: Multi-Rae, Area Rae, Rae Link, Pro Rae Guardian -GCMS: Hapsite ER (and all attachments) -IMS: JCAD, RAID-M -Colorimetric Tubes: Drager Tubes, CAD Pens -Bio collection devices ����� Task 3; Provide PMCS Recommendations of COTS Equipment: Equipment to be covered: -FTIR: Tru Defender, HazMat ID, GASID -Ramen: First Defender, Ahura -Rae Systems: Multi-Rae, Area Rae, Rae Link, Pro Rae Guardian -GCMS: Hapsite ER (and all attachments) -IMS: JCAD, RAID-M -Colorimetric Tubes: Drager Tubes, CAD Pens -Bio collection devices ��� Task 4; Provide Training on Pulling and Interpreting Data (Spectra): � Equipment to be covered: -FTIR: Tru Defender, HazMat ID, GASID -Ramen: First Defender, Ahura -Rae Systems: Multi-Rae, Area Rae, Rae Link, Pro Rae Guardian -GCMS: Hapsite ER (and all attachments) -IMS: JCAD, RAID-M -GCMS Software (NIST/AMDIS) -Colorimetric Tubes: Drager Tubes, CAD Pens ��� Task 5; Provide COTS Equipment Theory: � Equipment to be covered: -FTIR: Tru Defender, HazMat ID, GASID -Ramen: First Defender, Ahura -Rae Systems: Multi-Rae, Area Rae, Rae Link, Pro Rae Guardian -GCMS: Hapsite ER (and all attachments) -IMS: JCAD, RAID-M -Colorimetric Tubes: Drager Tubes, CAD Pens -Bio collection devices Performance Standards Task 1: Contractor is responsible for providing training materials, and trained instructors suitable for a 16 SM class Coordinate with hosting unit for equipment/training requirements Coordinate with hosting unit within 5 days of training date to develop MOI to push to attendees. Course should not exceed 40hr work week.� Class should follow standard 8hr day with adequate lunch break.� Provide agenda and timeline. � Performance Standards Task 2: Contractor will provide samples to run on equipment to show operational COTS equipment capabilities and limitations. Set-up and facilitate practical exercise for each piece of equipment. Facilitate classroom discussion. Performance Standards Task 3: Contractor will instruct and facilitate hands-on training of manufacturer recommendations for PMCS. Provide trouble shooting techniques for COTS equipment at the user level. Provide information on reach-back capabilities for CST community for maintenance issues with COTS equipment. � Performance Standards Task 4: Contractor will provide hands-on instruction on how to pull data and spectra off of COTS equipment. Provide spectra analysis pulled from FTIR, Ramen, and GCMS. Provide instruction on GCMS software, and mass spectrometer analysis. � Performance Standards Task 5: Contractor will provide lessons on how COTS functionality and discuss strengths/weaknesses. Each technology (FTIR, Ramen, IMS, GCMS, Rae Systems) will be addressed separately and how they complement each other � 4.� Quality Assurance Surveillance Plan: The Contracting Officer�s Representative (COR) will monitor contractor performance and complete the Quality Assurance Surveillance Plan Worksheet at the end of the contract period of performance.� However, the COR may submit a Quality Assurance Surveillance Plan Worksheet at anytime and as often as necessary to document quality levels.� If Contractor response to an identified quality deficiency is unsatisfactory, the Contracting Officer or COR will contact the appropriate Contractor representative to implement a plan of action to remedy the identified deficiency.� A quality rating may change from �Green� to �Red� without notice.� We anticipate the COR utilizing the �Yellow� quality rating to alert the contracting office of quality issues that have the potential for a �Red� quality rating if corrective action is not taken.� If the performance rating for any task in this order is �Red� during any time in the performance period, the COR will notify the Contracting Officer. ��� 5.� Quality Control (QC): The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor�s QCP is the means by which the contractor is assured the work complies with the requirement of the contract. � 6.� Contracting Officer�s Representative (COR): CPT Philip Troy is the Contracting Officer�s Representative for inspection and acceptance of deliverables under this task order.� The COR is authorized to represent the contracting officer in interpreting the technical requirements of this task order.� However, the COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition.� The contract may contact CPT Philip Troy at (503) 584-3242 or philip.j.troy.mil@mail.mil . 7.�� Period of Performance: 12-16 October 2020 � 8.� Deliverable Guidelines:� Inspections and Acceptance:� All deliverables must be submitted to and approved by the ORNG Contracting Officer�s Representative Annex A � OR CST Training Location � 1. �Background: Location: 1921 Turner RD SE, Salem, Oregon, 97302 Dates: 12-16 October � CST Basic Survey Course (5 day event) � Project Officer: �CPT Philip Troy Action Officer (503)584-3242 philip.j.troy.mil@,mail.mil � d. Final Planning Meeting: �To be determined � AT-OPSEC � Access and General Protection/Security Policy and Procedures. This standard language is for contractor employees with an area of performance within Government controlled installation, facility, or area. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer�s Representative (COR). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the local installation�s Security Forces, Director of Emergency Services or local Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DoD, HAF and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. For Contractors that do not require CAC, but require access to a DoD Facility and/or Installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (AFI 10-245, AFI 31-101 and AFMAN 31-113), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Antiterrorism Awareness Level I Training (AT Level I). This standard language is for contractor employees with an area of performance within a USGovernment controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to US Government installations, facilities and controlled access areas shall complete AT Level I training within XX calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. AT Level I may be accomplished by a Level I qualified instructor; completing the Force Protection computer- based training (CBT) course on the Advanced Distributed Learning System (ADLS), or Joint Knowledge
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8bfc00ad775494ab05a1b09312280b8/view)
 
Place of Performance
Address: Salem, OR 97302, USA
Zip Code: 97302
Country: USA
 
Record
SN05811471-F 20200927/200925230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.