Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2015 FBO #4823
SOLICITATION NOTICE

U -- Contractor designs and sets up Structure Collapse Simulator to include training lanes and training scenarios to train the Missouri National Guard Homeland Response Force (HRF) on search and extraction at Camp Gruber, OK 16-21March2015.

Notice Date
2/5/2015
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-R-0001
 
Response Due
2/6/2015
 
Archive Date
4/6/2015
 
Point of Contact
justin wise, 573-638-9575
 
E-Mail Address
USPFO for Missouri
(justin.p.wise2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) Missouri EXEVAL (16-20 March 2015) Structural Collapse Venue Site (SCVS) Support Part 1 General Information 1.General: This is a non-personal services contract to provide Missouri Ready 2015 to contractor support to provide SCVS reset. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The NGB J3/7 provides the Chief, National Guard Bureau (CNGB) with subject matter expertise on joint doctrine, training, education, and exercises to ensure a trained and balanced National Guard force ready to support any mission of the several States or Combatant Commanders. 1.1Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide a vital realistic element to the Missouri Ready 2015 as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: In conjunction with the National Guard Bureau (NGB), Missouri NG is tasked to develop and support regional training and exercise activities aimed to enhance domestic contingency readiness. Missouri NG ensures these functions are integrated and complementary where appropriate. NGB uses Structure Collapse Simulators (SCS) to simulate the collapsed state of buildings due to a natural disaster or a domestic terrorism event. The use of these simulator venues supports regional training and exercises to enhancing domestic contingency preparedness exercises and evaluations of CBRNE Enhanced Response Force Package (CERFP), Homeland Response Force (HRF) and other CBRNE response capabilities. A Structure Collapse Venue Site (SCVS) is a location where one or more SCS are used to simulate the collapsed state of buildings. 1.3 Scope: The contractor shall provide SCVS setup and reset for Missouri Ready 2015. Personnel assigned to this task shall possess the skills and expertise necessary to perform assigned tasks associated with this order. Additionally, the contractor will provide search and extraction lanes training to simulate a realistic structure collapse. 1.4 Objectives: This Performance Work Statement (PWS) establishes performance requirements for contractor tasks necessary to reset SCVS. These simulators were built to be realistic, challenging, and maintainable, to provide the needed skill lanes. The training venues provide strategic and tactical skills challenges of such complexity that repetitiveness does not breed familiarity with the training prop and training lanes. The SCVS is of sufficient size and complexity to keep the Search and Extraction (S&E) teams training in a realistic condition and environment so individuals gain valuable experience and expertise working on a simulated quote mark real world quote mark structure collapse. 1.5Period of Performance: Phase-In Period: 14-18 March 2015 (Preparation for Contract Performance) Contract Period: 19-20 March 2015 (Exercise) Missouri Ready 2015 After Action Review: 21 March 2015 (Contract Manager Only) 1.6General Information: 1.6.11Program Management: The following subsections specify requirements for contract, management, and personnel administration. 1.6.11.1Key Personnel: The Contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer. The Contract Manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The Contract Manager or alternate shall be available on the days and dates according to Part 7, Attachment 7.4. 1.6.11.2 Contract Management: The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at place of performance as specified at the task order level and the contractor's corporate offices. The contractor shall provide management of subcontracts so as to ensure transparency of services to the Government; this includes timely payment of sub-contractors and organic personnel, which is the singular responsibility of the contractor. 1.6.11.3Contract Administration: The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions within one (1) business day. The contractor shall designate and maintain a single point of contact between the Government and Contractor personnel assigned to support the contract or task orders. The contractor shall assign work effort and maintain proper and accurate time keeping records of personnel assigned to work on the requirement. 1.6.11.4Subcontract Management: The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. In the event that a potential OCI is identified, the prime contractor is responsible for immediately preparing and submitting to the contracting officer for approval, and adequate mitigation plan. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). 1.6.11.5Phase in Period: Upon award the contractor shall initiate their Phase-In period in to prepare for full contract performance. (Ref 1.5) 1.6.11.6Post Award Conference/Periodic Progress Meetings: The Contractor shall attend any post award conference convened by the contracting activity or contract administration office in accordance with FAR Subpart 42.5, Post Award Orientation. The Contracting Officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the Contracting Officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.6.12Personnel Administration and Management: The contractor shall provide the following management and support as required. The contractor shall provide for employees during designated Government non- work days or other periods where Government offices are closed due to weather or security conditions. The contractor shall maintain the currency of their employees by providing initial and refresher training as required to meet the PWS requirements. The contractor shall make necessary travel arrangements for employees. The contractor shall provide necessary infrastructure to support contract tasks including both on- site and off-site support as specified at the task order level. The contractor shall provide administrative support to employees in a timely fashion (time keeping, leave processing, pay, emergency needs). 1.6.12.1Non-personal Services: The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 1.6.12.2Removal of Personnel: The Government reserves the right to require the contractor to remove contractor employees at any time for due to violation of law, regulation or imminent danger to government employees, facilities or interests. The contractor is responsible at all times for providing service at the required level and must develop a plan to ensure continuity of services in the event of unexpected departure or removal of contractor personnel. The contractor has sole responsibility to supervise, remove, replace, discipline or approve leave for its employees. In the event that an employee is removed or replaced, the contractor shall notify the Contracting Officer whenever changes are proposed. The Contractor shall also provide a minimum of a 7-day advance notice to the COR prior to removing an employee. This 7-day advance notice is not required in the case of emergency or when the best interest of the Government is not served. 1.6.12.3Staffing: Employment and staffing difficulties shall not be justification for the contractor's failure to meet established requirements. If such difficulties impair performance, the contractor may be subject to termination for cause 1.6.12.4Contractor Employee Qualifications: The contractor is responsible for providing a fully qualified work force. The contractor shall employ and utilize only experienced, responsible and capable persons in the performance of work under this contract. All employees must be citizens of the United States (or authorized aliens) and shall be able to furnish proof of citizenship if asked to do so by the Contracting Officer. 1.6.12.5Supervision of Contractor Employees: The Government will not exercise any supervision or control over Contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor employees. 1.6.12.6Exempt Professional Employees: Contractor employees supporting this task order requirement are identified as professional employees as defined in 29 CFR 541 and are not subject to the requirements of the Service Contract Act of 1965 (FAR Subpart 22.11 Professional Employee Compensation). 1.6.13Security Requirements: 1.6.13.1Access and General Protection/Security Policy and Procedures: Contractor and all associated sub- contractor's employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). This includes policies pertaining to the use or prohibition of electronic recorders, devices, cameras, etc. If the Contractor is required to take photographs or videos on a Government Installation, the Contractor must obtain written permission from the Senior Commander. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.6.13.1.1The contractor and its personnel must comply with the requirements of this paragraph in accessing Controlled Unclassified information (CUI), adherence to physical security requirements and access to Government facilities, records and information systems. For the purposes of this contract the contractors are not required to access any local Government IT systems and do not require a DD 254, DoD Contract Security Classification Specification. 1.6.13.1.2The contractor is responsible for safeguarding information of a confidential or sensitive nature. Failure to safeguard any classified/privileged information which may involve the contractor or the contractor's personnel or to which they may have access may subject the contractor and/or the contractor's employees to criminal liability under Title 18, section 793 and 7908 of the United States Code. Provisions of the Privacy Act apply to all records and reports maintained by the contractor. All programs and materials developed at government expense during the course of this contract are the property of the government. Contractor personnel shall be required to obtain and maintain security badges and adhere to the installation security requirements. 1.6.13.2Criminal Background Check: 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 installation Provost Marshal Office, Director of Emergency Services or Security Office. 1.6.13.2.1Pre-screen applicants using E-Verify or similar program: The Vendor must pre-screen applicants using the E-verify Program (http://www.dhs.gov/E-Verify) website or other nationally accredited program to meet the established employment eligibility requirements. The vendor must ensure that the applicant has two valid forms of government issued identification. An initial list of applicants must be provided to the COR no later than 7 business days after the initial contract award to start the CI-focused security screening process. 1.6.13.2.2National Crime Information Center (NCIC) and terrorist threat data base screening required. All contractor employees, including subcontractor employees, who are not in possession of a current Common Access Card (CAC) will be vetted by the local security office to determine fitness and eligibility for access IAW DTM 09-012, paragraph 2.b(4) to include but not limited to an NCIC and Terrorist Database screening. The Vendor will ensure that the government has sufficient biographical information to conduct said screening including, but not limited to the person's name, date of birth, and social security number, race gender and place of birth (city and State). 1.6.13.3Physical Security: The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. 1.6.13.4Key Control: The government does not anticipate the issuance of keys or key cards; however in the event in which keys are issued the following shall apply. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. Should keys/key cards become lost or duplicate the Government may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.13.5Lock Combinations: Not Applicable. 1.6.13.6Protection of Personally Identifiable Information (PII): The Contractor shall be responsible to protect all Personally Identifiable Information (PII) encountered in the performance of work under task order in accordance with DFARS 224.103, DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program. If the Contractor violates the aforementioned policies and a PII breach results, the Contractor shall be responsible for all notification costs, call-center support costs, and credit monitoring service costs for all individuals who's PII has been compromised. 1.6.13.7Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. The Contractor (to include subcontractors) shall provide each employee an Identification (ID) wrist band, which includes the Company and Employee Name. Key Personnel shall wear an ID name badge which will include a color photo, the name of the company, individual and job title easily is readable from a distance of 3 meters. The Contractor (to include subcontractors) shall be responsible for collection of ID Wrist Bands and Badges upon completion of the contract or termination of employee. A listing of issued identification wrist bands and/or name badges shall be furnished to the Contracting Officer or their designated representative prior to the contract performance date and updated as needed to reflect Contractor and Subcontractor personnel changes. 1.6.13.8.CAC Requirements: Not Applicable. 1.6.13.9.HSPD-12 Background Investigation Requirements: Not Applicable. 1.6.13.10Trusted Associate Sponsorship System (TASS): Not Applicable. 1.6.13.11AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 45 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. 1.6.13.12 iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR.This training shall be completed within 30 calendar days of contract award and within 15 calendar days of new employees commencing performance with the results reported to the COR NLT 45 calendar days after contract award. 1.6.13.13ATCTS (Army Training Certification Tracking System): Contractor Employees Who Require Access to Government Information Systems: Not Applicable 1.6.13.14COMSEC/IT Security: Not Applicable. 1.6.13.15OPSEC Training: Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of contract award or receive equivalent information briefing from the State OPSEC officer. 1.6.13.16 Information assurance (IA)/information technology (IT) training: Not Applicable. 1.6.14Combating Trafficking in Persons: The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not engage in severe forms of trafficking in persons during the period of performance of the contract; procure commercial sex acts during the period of performance of the contract; or use forced labor in the performance of the contract. The Contractor shall notify its employees of the United States Government's zero tolerance policy, the actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment. The Contractor shall take appropriate action, up to and including termination, against employees or subcontractors that violate the US Government policy as described at FAR 22.17. 1.6.15Conservation of Utilities: The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.6.16Data Rights: Not applicable. PART 2 DEFINITIONS & ACRONYMS 2.DEFINITIONS AND ACRONYMS: 2.1.DEFINITIONS: 2.1.1.BREACHING AND BREAKING. The most dangerous skin to perform in a collapse condition as it is the most likely to initiate, by battering a broken building, a secondary collapse. 2.1.1.1.Typically: jack hammering on concrete to make a hole to make entry; to break down an object. 2.1.1.2.Atypically: to as carefully as possible widen any existing opening to allow responders and victims entrapment access. 2.1.2.CERFP. The CERFP teams and WMD-CSTs provide a phased capability; WMD-CSTs detect and identify CBRNE agents/substances, assess the effects and advise the local authorities on managing the effects of the attack. The WMD-CSTs also assist with requests for other forces. The CERFP teams locate and extract victims from a contaminated environment, perform mass patient/casualty decontamination, and provide treatment as necessary to stabilize patients for evacuation. The teams are specially trained to respond to a weapons-of-mass-destruction incident. The WMD-CSTs are dedicated units of National Guard personnel on active duty, whereas, the CERFPs are comprised of existing National Guard units in traditional reserve status. They can be mobilized in state active duty, Title 32, or Title 10 status. Each CERFP can be ready to deploy to an incident site within six hours of notification of a CBRNE or WMD incident. 2.1.3.CONFINED SPACE. A space that is large enough and so configured that an employee can bodily enter and perform assigned work; has limited or restricted means for entry or exit (for example, tanks, vessels, silos, storage bins, hoppers, vaults, and pits); and is not designed for continuous employee occupancy. 2.1.3.1.Typically: Confined Space Entry. All the training required is to ensure clean air is inside a confined space. The removal of victims in a quote mark permitted space quote mark is what most training covers. 2.1.3.2.Atypically: In a collapse there is no permit, no attendant or anyway to follow the prescribed typical guidelines. 2.1.4.CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.5.CONTRACT MANAGER. A person delegated to ensure performance of the contract. The name of this person and an alternate who shall act for the contractor shall be designated in writing to the Contracting Officer. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 2.1.6.CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.7.CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.8.DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.9.DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.10.DUAL STATUS COMMAND. Dual status command allows one commander to command both federal (Title 10) and state forces (National Guard in Title 32 and/or State Active Duty status) with the consent of a governor and the authorization of the president. This centralized command and control construct provides both the federal and state chains of command with a common operating picture through the eyes of the DSC. It also enables the DSC to maximize his or her federal and state capabilities, as well as facilitate unity of effort from all assigned forces. 2.1.11.GOVERNMENT-FURNISHED PROPERTY (GFP) OR GOVERNMENT PROPERTY (GP). Property in the possession of, or directly acquired by, the Government and subsequently made available to the Contractor. 2.1.12.HOMELAND RESPONSE FORCE (HRF). Composed of approximately 566 personnel, encapsulates lifesaving capabilities including Search and Extraction, Decontamination, Emergency Medical, Security, and Command and Control (C2). Each HRF will be staffed with Army National Guard Soldiers and Airmen. HRFs provide a scalable capability to bridge a gap between initial National Guard (NG) response and Title 10 capabilities. 2.1.13.KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.14.LIFTING AND HAULING. The term quote mark hauling implies that rigging equipment is used to move a heavy object. 2.1.14.1.Typically: to move a heavy object with technology. 2.1.14.2.Atypically: to use what is in the surrounding area without returning to a cache for technology. 2.1.15.PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.16.QUALITY ASSURANCE. The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.17.QUALITY ASSURANCE SPECIALIST. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. This person acts as technical advisor to the Contracting Officer in these areas. 2.1.18.QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.19.QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.20.ROPES. Ropes in a high angle situation is the least used skill in all emergency services. 2.1.20.1.Typically: high angle skills are used the least and can be used in unique situations. 2.1.20.2.Atypically: low angle are used more often and should be used in problem solving to a greater extent. 2.1.21.RUBBLE PILE. Informal term for Structural Collapse Venue Site. 2.1.22.SHORING. The goal of shoring is to stabilize the object that is causing an unacceptable risk to extractors. Stabilizing can be accomplished by other means such as tying back and cribbing; both are faster than shoring and require fewer materials. 2.1.22.1.Typically: use lumber to erect two shores an hour to stabilize a structure prominently or at least a long-term period. 2.1.22.2 Atypically: stabilize the structure or object to an acceptable point to search and extract, with the materials in the area as much as possible and practical. 2.1.23.STRUCTURAL COLLAPSE SIMULATOR (SCS). A structure, tunnel or collapsed building, use to simulate a normal structure in a collapsed state either due to a natural disaster or a domestic terrorism event. 2.1.24.STRUCTURAL COLLAPSE VENUE SITE (SCVS). A physical location, as in a training area. A site where there is one or more structures to simulate the collapsed state of buildings due to a natural disaster or a domestic terrorism event. SCVS is typically constructed of substantial material such as sea containers, concrete slabs, concrete tubes, and a multitude of concrete debris to simulate the collapse of a structure. 2.1.25.SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the Subcontractor. 2.1.26.WORK DAY. The number of hours per day the Contractor providesservices in accordance with the contract. 2.1.27.WORK WEEK. Monday through Friday, unless specified otherwise. 3.2Facilities: The Contractor will be provided an area of land near existing SCVS to pre-stage equipment for SCVS setup and reset. 3.2.1Unscheduled gate closures by the Security Police may occur at any time causing all personnel entering or exiting a closed installation to experience a delay. This cannot be predicted or prevented. Labor hour and Time & Materials employees are not compensated for unexpected closures or delays. Vehicles operated by contractor personnel are subject to search pursuant to applicable regulations. The award of this task order does not create a right for any individual contractor employee to have access to any installation. Any moving violation of any applicable regulation may result in the termination of the contractor employee's installation driving privileges. 3.4Equipment: The Government will not provide any equipment associated with the performance of this contract. 3.5Materials: The Government will not provide any equipment associated with the performance of this contract. CONTRACTOR FURNISHED ITEMS AND SERVICES 4.CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2Secret Facility Clearance: Not applicable. 4.3Materials: The Contractor shall provide all materials to support SCVS reset. Locate, acquire, and transport all construction and building materials to the site. 4.4Equipment: The Contractor shall provide all equipment necessary to ensure total mission support of SCVS reset. Contractor will provide at a minimum the following equipment including any additional items necessary for operations and maintenance support for item identified in the PWS and (fuel, hydraulic fluid, hand tools, additional batteries/power packs, bits, blades and repair parts) for Search and Extraction Training: a.Safety Considerations: The Contractor is responsible for the safety of their employees throughout the period of performance. PART 5 SPECIFIC TASKS 5.Specific Tasks: The Contractor shall provide SCVS reset for Missouri Ready 2015 support. 5.1.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. 5.1.1Deliverables: 5.1.1.1Meetings: The contractor shall prepare for, conduct, and participate in meetings and reviews when required or directed. 5.1.1.1.1The contractor will schedule a Kick-off meeting within 10 days of contract award. The Kick-off meeting will dictate the mandatory planning meetings and whether travel is required. The contractor shall resolve action items assigned to the contractor at these meetings. 5.1.1.1.2The contractor shall submit reports and all requests IAW with Part 7, Attachment 7.4. The contractor shall submit a roll up of all meeting notes to the Contracting Officer or their designated representative. 5.1.1.1.3Contract Manager shall attend planning meetings and the AAR Briefing (Ref 1.5). 5.1.1.1.4Contract Manager or representative shall attend the daily quote mark hot wash quote mark briefing usually held each evening following the daily training to obtain any changes and/or get further coordinating instructions. If the Exercise Lead does not have a quote mark hot wash quote mark for the day, it is the Contractor's responsibility to contact the on-site Exercise Lead to gather this information. 5.1.1.2Safety: The contractor is responsible at all times for their staff. Follow all applicable federal, state, and local safety regulations. Liability and/or usage agreement may be required for access to training site. Training shall continue during inclement weather, unless safety concerns prohibit such continuation of training. 5.1.1.2.1Use government provided identification badges (if required). 5.1.1.2.2Ensure staff shall park only in designated areas. 5.1.1.2.3Provide a formal plan procedures and resources available for on-site safety, 'real-world' emergences and life support. Training shall continue during inclement weather, unless safety concerns prohibit such continuation of training. 5.1.1.2.4.2. Provide mandatory safety equipment (hard hats, eyeglasses, etc.) for all staff entering the collapse structure (rubble pile) location. 5.1.1.2.4.3 Provide points of contacts with a high visibility method of identification (e.g. vest) at all training sites to supervise and support personnel. 5.1.1.3 Communications Plan: Contractor shall have effective and clear communications with Exercise Planner, Exercise Control, the COR and any pertinent key personnel within the contractor's employees on ground determined by the Contractor. Provide point of contacts to Exercise Lead and any pertinent key personnel. Obtain radios and arrange for Internet access if required. The contractor shall ensure the assigned Contract Manager coordinates with Exercise Lead. 5.1.1.4 The contractor will provide the Contracting Officer Representative (COR) with 5 copies of the Program of Instruction (POI) for approval no later than four days prior to the start day (16 March 2015). The training must completely outline all specific tasks for Training & Evaluation Outline (T&EO): Conduct Search and Extraction Deployment Operation (05-3- 0001-CERFP); Conduct Rope Extraction Operations (05-3-0002-CERFP); Conduct Lifting/Hauling Operations (05-3-0003-CERFP); and Conduct Search and Extraction Operations (05-3-0004-CERFP). The POI will explain in detail what topics will be covered and how the class instruction is formed to include start and end times. The POI will state how many hours are required for task and subtask and will include an evolution phase prior the exercise evaluation (EXEVAL) with National Guard Bureau on 20 March 2015. 5.1.2 Minimum Acceptable Standard: The meetings notes shall be delivered to the COR via e-mail in a PDF format on the Contractor's letterhead on the next business day and the content of the report shall be free of grammatical, spelling and factual errors. 5.2Task 2, Contractor's Management Report: 5.2.1Deliverable: The Contractor's Monthly Status Report (MSR), indicates the progress of the work, status of the program and of the assigned tasks. This report shall include information relating to accomplishments, existing or potential problem areas and proposed action to resolve the problems. The contractor shall include the MSR with each invoice submitted for payment. Contractor's Progress, Status, and Management Report shall be in accordance with Part 7, Attachment 7.4. 5.2.2Minimum Acceptable Standard: MSR shall be delivered to the COR via e-mail in a PDF format on the Contractor's letterhead NLT 7 days into each month. The content of the report shall be free of grammatical, spelling and factual errors. 5.3Task 3, Provide SCVS Reset Support: 5.3.1Deliverable: The Contract Manager shall reset the SCVS to create a realistic and challenging training environment so the Search and Extraction (S&E) teams can gain valuable experience and expertise working in a simulated quote mark real world quote mark natural disaster or a domestic terrorism event. The contractor will ensure the SCVS is reset prior to the start of the exercise. This may require the contractor to perform a site visit to identify and plan for the necessary materials required for a complete SCVS reset. The contractor shall provide heavy equipment, labor and construction material required to reset the SCVS. 5.3.1.1 SCVS Reset Support: Provide SCVS in accordance with Part 7, Attachment 7.4 specifications (locations, time and conditions) for each of the exercises. Times may shift slightly based on training requirements as directed by exercise planners. 5.3.1.1.1Provide an on-site manager, expert, for assuring quality of SCVS reset. 5.3.1.1.2The Structure Collapse Venues Simulator (SCVS) must be an adequate size and complexity to allow multiple training venues to occur simultaneously and meets industry, state and local safety standards. 5.3.1.1.3Props must create the appearance of a quote mark real world quote mark collapsed structure, allowing National Guard Units to develop experience and expertise in real disasters. 5.3.1.1.4Produce five (5) copies of the Period of Instruction (POI) for the following: Search and Extraction (S&E) lanes covering overarching Training & Evaluation Outline (T&EO): Conduct Search and Extraction Deployment Operation (05-3- 0001-CERFP); Conduct Rope Extraction Operations (05-3-0002-CERFP); Conduct Lifting/Hauling Operations (05-3-0003-CERFP); and Conduct Search and Extraction Operations (05-3-0004-CERFP). The POI will detail how the contractor will conduct the training. 5.3.1.1.5Reset venues to maximize exercise goals and maintain a safe work environment. 5.3.1.1.6Provide equipment packages needed by the S&E element outside of their organic equipment. Provide the additional S&E Support Package and the Lumber Kit as specified in 4.4. 5.3.1.1.7Comply with all environmental determinations. Address and resolve all environmental considerations and issues. Adhere to OSHA and OSHA ladder safety regulations. 5.3.1.1.8Complete construction and resetting of the SCVS in a timely manner. 5.2.2 Minimum Acceptable Standard: All SCVS reset shall be setup not later than 1 hour prior to the scheduled start time for each venue. 5.4Task - Provide SCVS Training Support Personnel 5.4.1Deliverable: Provide SC V S Subject Matter Experts (SMEs) to perform as urban search and rescue liaisons within the Incident Command System during exercise in accordance with Part 7, Attachment 7.4 specifications (quantity, locations, time and conditions). 5.4.1.1Qualifications: All personnel involved in the training are certified in accordance with any U.S. certifying Agencies for this purpose (must have experience and Technical Rescue Level 2 Certification in all relevant functional areas below). 5.4.1.2Provide 3 SMEs to perform urban search and rescue training and as liaisons with the Incident Command System and assist OC/Ts to ensure that the maximum training and exercise value will be provided during the use of the collapsed structure simulator(s). 5.4.1.3Provide S&E and Safety personnel to train on all, or any of the following lane tasks: Lifting and Hauling, Shoring, Confined Space, Rope, and Breaching and Breaking. 5.4.1.3.1 Training shall meet industry, state and local safety standards. 5.4.1.4Ensure the safe placement of role players and mannequins at the urban search and rescue venues during the operational periods. Coordinate with role player staff concerning the placement and recovery of mannequins. 5.4.1.5Ensure SMEs are briefed on specifics of exercise scenario requirements and perform within the limits of the scenario. SMEs shall supply input and direction to ensure that the maximum training and exercise value is achieved during the use of the SCVS. 5.4.1.6Provide continuous exercise operational period support up to 24 hours (shift/flexible work hours) when required. 5.4.2 Minimum Acceptable Standard: The contractor shall provide adequately trained contractor employees in order to receive all appropriate briefings and orientations at Camp Gruber, OK at the SSCVS one day prior to the exercise. 5.5 Task 4, Submit Close-Out Reports: 5.5.1Deliverable: The Contractor must submit Close-Out Report at the end of the period of performance. 5.5.2Minimum Acceptable Standard: Close-Out Report shall be delivered to the COR via e-mail in a PDF format on the Contractor's letterhead NLT 7 days after period of performance. The content of the report shall be free of grammatical, spelling and factual errors. Provide Search and Extraction (S&E) lanes covering overarching Training and Evaluation Outline on the following: Conduct Search and Extraction Deployment Operation (05-3- 0001-CERFP); Conduct Rope Extraction Operations (05-3-0002-CERFP); Conduct Lifting/Hauling Operations (05-3-0003-CERFP); and Conduct Search and Extraction Operations (05-3-0004-CERFP). This can be calculated by number of years in service, or the number of times the vendor has trained and or worked with a HRF.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
 
Record
SN03634049-W 20150207/150205235034-cd9b13bc1ba068413a61957629469d05 (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.