Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2005 FBO #1354
MODIFICATION

U -- Tachtical Operations Education & Training Services

Notice Date
8/9/2005
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23095-R-DOT097
 
Response Due
8/15/2005
 
Archive Date
1/15/2006
 
Point of Contact
Waldron O'Brien, Contract Specialist, Phone 202-475-3238, Fax 202-475-3905,
 
E-Mail Address
wobrien@comdt.uscg.mil
 
Description
These are the remaining answers to questions posed in response to this solicitation: 38. The clearance requirements as outlined in SOW section 1.5, which contractors will require access to classified information and/or be required to have a TS/SCI clearance? Answer: Only those contractor personnel requiring access to classified material. The Project Manager will require a Top Secret clearance and the trainers will require Secret clearances. 39. To provide a fixed price quote for CLINS 0001 and 0002, one would need to analyze the training curriculum, know the number of students to be trained, know the responsibilities of the contractor and how much of a turn key operations will be provided by the contractor. Will the Government provide additional information? Answer: The basic tasks in the POIs are included as an attachment to this posting. 40. Costing for T&M CLINS will be provided by labor types and category per hour. Venders are to provide proposed number of hours to be worked by each labor categories. Will a training schedule be provided for us to anticipate the number of hours to be worked and the appropriate labor mix? Also will the government provide a ceiling for the Materials portion or give the contractors some information for which to derive the material cost? Answer: It is estimated that the USCG will require up to 7 convenings of the 5 week training listed in CLIN 0001 and up to 7 convenings of the 4 week advanced training listed in CLIN0002 per year. Operational requirements and scheduling may affect this estimate. The government estimates a $3,520,000/year ceiling for the time and materials portion in the base year. The government estimates a $3,660,800/year ceiling for the time and materials portion of the option period. PLEASE NOTE…..CLIN 0001 (and the associated option CLIN) is a 5 week training course and CLIN 0002 (and the associated option CLIN) is a 4 week training course. 41. What type of aircraft will the contractor be expected to fly? Does the Company operating the aircraft have to be Federal Aviation Administration certified – as they will be carrying passengers i.e. Part 135 certified? Answer: The aircraft is a HH60J helicopter. The Company personnel operating the aircraft will be required to be certified by the USCG at ATC Mobile, Alabama, and this certification process will be scheduled upon award. 42. Para 4.0 “Contractor Furnished Property” states the contractor will provide all facilities required to execute the contract. For the CLINs 00001 and CLINs 00002 what is required since it will be held at Camp Lejuene i.e. weapons, ammo, audio visual etc.? Also what will be provided by the Government at Camp Lejuene i.e. Ranges, training weapons, classrooms etc.? Answer: The following will be provided at Camp Lejuene: weapons; ammunition; A/V; classrooms; ranges; range materials (targets, etc); weapons cleaning materials; phone; fax; and basic administrative supplies. The contractor will be required to provide the technical expertise to instruct on the subject matter and provide items not included above (classroom materials to include text). 43. Could you clarify what solicitation HSCG23095-R-DOT097 is referencing when "tactical training" and "advance tactical training" is indicated? Answer: Tactical training includes Close Quarters Battle tactics; basic and advanced marksmanship; and basic mechanical breaching. Advanced tactical training would build upon these skills by adding mechanical and ballistic breaching and integrated assaults on vessels or at facilities. 44. Request current POI/core classes being taught Answer: Please see attached documents. 45. Is travel and Per Diem cost included in the ceiling price for CLIN00003-00005 and CLIN 10003-10005? Answer: Yes 46. What is the ceiling price for CLIN 00001 & 00002? Answer: These CLINS are Firm Fixed priced. 47. What is the minimum security clearance required? Answer: SECRET for all classified documents. 48. It is still unclear to us as to which or how many contractors will need/require TS/SCI clearances, the Special Access Program in section 2.7 is not mentioned in the CLINS and we can only infer possible access under 0005/10005. Answer: See answer to question 38. 49. Is Pilot instruction to be integrated as part of the FFP CLINS? If so, how many hours anticipated? Answer: No. 50. Can I have the Required Core tasks sent to me? Answer: See answer to question 39. 51. Can our company submit a proposal for just the tactical boat training courses? Our company specializes in Tactical Boat Training and would like to stay focused in that area of our expertise. Answer: Your proposal must meet all requirements of the solicitation. 52. Do you have a prediction for locations that will need MTT’s? Answer: See solicitation Section 1.7 Place of Performance. 53. I would like to know when the vendor develop courses if the government is going to produce the training manuals that vendor writes POI’s for? Answer: All training materials (handouts, text, etc.) are the responsibility of the contractor. 54. How many personnel do you envision will be required for each of the CLINS 0001 and 0002? Answer: It is anticipated that no more than 32 students will attend each convening. 55. What are the required core tasks? Answer: See answer to question 39. 56. Is CLIN 00005 a permanent position? Answer: This position will serve in an advisory role and will be consulted as required by the needs of the program. 57. Our proposed Project Manager has TS clearance. Whom else would be required to have TS clearance? Would you provide the SCI Bilt for him? Answer: The SCI Bilt is not required. See answer to question 38. 58. Are weapons provided by the US government for this solicitation? Answer: Yes. 59. For this solicitation, which do you prefer to see: T&M (time & materials) versus FFP (fixed final price) for the final price quote? Answer: CLINS 00001, 00002, 10001, and 10002 are FFP. CLINS 00003, 00004, 00005, 10003, 10004, and 10005 are T&M. 60. Please clarify when the helicopter pilot is needed for the classes. Will it be on a case by case basis or is it necessary for each basic and advanced class? Answer: See answer to question 41. 61. When does the USCG anticipate award of the contract after the 15 August deadline for the proposal submission? Answer: We anticipate award no later than 17 September 2005. 62. When does the USCG anticipate the contractor's start date for training with USCG personnel present for training? (What is the anticipated number of USCG personnel for the start of training?) Answer: The first classroom training is scheduled for 10 October 2005 at Camp Lejuene for 32 personnel. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/GACS/HSCG23095-R-DOT097/listing.html)
 
Place of Performance
Address: TBD
 
Record
SN00866727-F 20050811/050809213442 (fbodaily.com)
 
Source
FedBizOpps.gov 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.