MODIFICATION
S -- COBRATF Training Operations and Support Services
- Notice Date
- 3/2/2020 10:36:34 AM
- Notice Type
- Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FA2020R00000004
- Response Due
- 4/16/2020 1:00:00 AM
- Archive Date
- 05/01/2020
- Point of Contact
- James D. Suerdieck, Phone: 3014477244, Gary Patrick Topper, Phone: 3014477280
- E-Mail Address
-
james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov
(james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The pre-solicitation notice associated with this solicitation was posted on�February 14, 2020.� This Request for Proposal (RFP) solicitation is only available on the Contract Opportunities (FBO) web page found�at https://beta.sam.gov/. This solicitation is for Training Operations and Support Services (TOSS) for the Department of Homeland Security (DHS) / Federal Emergency Management Agency (FEMA) / Center for Domestic Preparedness (CDP) located in Anniston, AL.� The Acquisition Operations Division/Preparedness Section intends to award a firm fixed price / cost-reimbursement hybrid contract award under the authority of FAR Part 15. The CDP is a federal entity (a component of the Department of Homeland Security). On March 1, 2003 CDP transitioned from Department of Justice (DOJ) to the Department of Homeland Security (DHS). CDP was subsequently included in the new DHS Preparedness Directorate. Enactment of the Post-Katrina Emergency Management Reform Act (PKEMRA) on April 1, 2007 resulted in the realignment of most DHS Preparedness Directorate functions to FEMA. FEMA established the National Preparedness Directorate (NPD) and aligned many of the former DHS Preparedness Directorate functions into the NPD including CDP. The CDP is a national training facility located in Anniston, Alabama that prepares Federal, state, local and tribal emergency response personnel to respond to all hazards, including terrorist attacks using weapons of mass destruction, by providing advanced, hands on training. This national training program was developed for state, local, tribal, Federal, private sector and international responders from Fire Service, Law Enforcement, Emergency Medical Services, Emergency Management, HazMat, Public Health, Healthcare, Public Communications, Public Works and Government Administrative and other emergency response personnel, their trainers and supervisors. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention, response, mitigation and recovery to Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) incidents; mass casualty incidents; and incidents involving hazardous materials by providing advanced, hands-on and classroom-based state of the art training. During FY-19, the CDP trained 50,306 students, including 16,096 resident students, 11,243 indirect students, and 22,967 non-resident students. The intention of this requirement is to obtain contracted comprehensive training operations and support services to DHS/Federal Emergency Management Agency (FEMA)/Center for Domestic Preparedness (CDP)/Chemical, Ordnance, Biological, and Radiological Training Facility (COBRATF) located in Anniston, Alabama. The COBRATF has unique requirements to manage a training venue where chemical agents (GB and VX) and biological agents (Ricin A Chain and Bacillus anthracis delta Sterne) are used in a specialized training environment.� This will require supervision on a 24-hour, 7-day-a-week basis. The Contractor shall provide all support services as identified in this performance work statement. The object of this procurement is to obtain reliable efficient and effective services by applying a sound management and technical approach that will provide the best value and meet the objectives shown in this performance work statement. Facility-based services include but are not limited to activities such as chemical and biological agent training support, air monitoring operations, laboratory support operations, safety control panel operations, contaminated trash removal, site specific training, quality control, protective clothing and equipment laundry operations, and miscellaneous requirements and information. The Contractor is required to provide operation and maintenance functions in a chemical agent (GB and VX) and biological agent (Ricin A Chain and Bacillus anthracis delta Sterne) environment. The performance work statement is intended to be performance oriented. However, due to the hazards that could be encountered in preparation for and during the conduct of chemical and biological agent training, some tasks are specific and must be executed exactly as required in applicable procedures. Any proposing Contractor is invited and encouraged to provide a technical solution which identifies a more performance-oriented approach. There are 29 attachments to the solicitation as outlined in Section J of the solicitation. Please ensure to review the entire solicitation and provide all appropriate responses and documentation as required.� With the submission of a proposal package as outlined in Section L, please remember to complete all required documents within the solicitation packet, including but limited to: SF 33, OF336, and Section K ""Representations, Certifications and Other Statements of Bidders"", if applicable. This competitive acquisition is limited to eligible Small Business concerns only.� Eligible offerors shall be a Small Business in accordance to Small Business Administration (SBA) requirements in order to participate in this competitive acquisition.� A firm-fixed-price / cost-reimbursement hybrid contract award is anticipated. �Award shall be based on best value to the Government using trade-offs on price and non-price factors.� The Period of Performance will be 1 month of transition followed by 11 months of services for the base period. �The contract will include four 12-month option periods.� The anticipated contract performance start date is January 15, 2021. �Any responsible Small Business concern may submit a proposal that will be considered by the Government. The NAICS code is 562211.� The Small Business Size Standard for this NAICS is $41.5 million. The incumbent contractor for this requirement is TET Consulting and Business Management Services, under contract number HSFE20-15-C-0169.� Sources Sought notice # 70FA2019JS00000002 was previously issued for this requirement. All questions shall be submitted no later than March 31, 2020, by email Gary Topper, Contracting Officer, gary.topper@fema.dhs.gov�and James Suerdieck, Contract Specialist, at e-mail address: james.suerdieck@fema.dhs.gov. �No phone calls accepted. � A pre-proposal site visit is scheduled for March 17, 2020, 8:00 AM (Central Time), Center for Domestic Preparedness, 61 Responder Drive, Building 61, Room 2001, Ft. McClellan, Anniston, AL 36205. No more than three (3) representatives per potential offeror will be admitted to the site visit. If you plan to attend, there are 2 separate steps to the process: Step 1: It is required that you email your company name and list all persons who will be attending to gary.topper@fema.dhs.gov and james.suerdieck@fema.dhs.gov. Step 2: IN ADDITION, it is also required that you provide, via TELEPHONE CALL only: your company name, the full names of all persons who will attend the site visit, their social security number, and date of birth. This information shall be provided for all site visit attendees. This information shall be submitted by TELEPHONE CALL ONLY to any of the following CDP security office staff: Kelly Wells 256-847-2100 or Micheal Campbell 256-847-2183 � NO SECURITY CLEARANCE REQUESTS SUBMITTED VIA EMAIL WILL BE PROCESSED. Please do not email any personally identifiable information (SSN or birthdate). All site visit information shall be submitted no later than March 13, 2020 4:00 PM (Central Time). There will be no exceptions to this deadline. Site visit attendees without prior security clearance will not be admitted into the CDP facility. NOTE: Only one site visit will be conducted. No questions will be entertained during the site visit. Any questions shall be submitted via email to the Contracting Officer and Contract Specialist shown above in section L.3.D.1. with the solicitation number referenced. No other site visit will be provided. � Proposals are due no later than 4:00 pm (Eastern Time), April 16, 2020.� See solicitation for full proposal instructions.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/89446a129a3141cca83ab69a1b3bb56e/view)
- Place of Performance
- Address: Anniston, AL 36205, USA
- Zip Code: 36205
- Country: USA
- Zip Code: 36205
- Record
- SN05576626-F 20200304/200302230202 (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 |