Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS

U -- LAW ENFORCEMENT/FORCE PROTECTION

Notice Date
November 14, 2001
Contracting Office
Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275
ZIP Code
32826-3275
Solicitation Number
N61339-02-T-0008
Response Due
December 13, 2001
Point of Contact
J. Rolly, Contract Specialist (407) 380-8051 or Karen Henderson, Contract Specialist (407) 381-8781
E-Mail Address
Click to correspond with the contract Specialist via (rollyjy@navair.navy.mil or hendersonkd@navair.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N61339-02-T-0008 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-27. This solicitation is a small business set aside. The NAICS Code for this solicitation is 611519 with a size standard of $5.0M. This combined synopsis/solicitation is to establish a Blanket Purchase Agreement (BPA) for a five-year period to provide local alternative training sources to Navy. The service to be purchased under this BPA is a proficiently trained student. The training will encompass the course scope and learning objectives identified in Attachments A through H, the Purchase Description 11E01306, and sample BPA (See URL at end). The course shall be the Government furnished course tailored to the vendor's instructional methods and strategies. The Vendor shall provide the personnel, supervision, management, materials, equipment, and instructional technology for the following courses: (1) USN Specialist in Law Enforcement (LE/MA) (A-830-0025), length-30 days. The course requires that students be proficiently trained to attain firearms proficiency per OPNAVINST 3591.1C (series) and proficient understanding and skills of law enforcement concepts and principals, physical security safeguards, apprehension, search and seizures, and use/application of force and confrontation management. Course includes weapons safety, range safety, and range firing procedures, operation, maintenance and firing of the 9 mm handgun, AR-15 or M-16 rifle, and 12 gauge shotgun, and use of expandable and standard batons. (2) Force Protection Fundamental Training (FPFT) (A-830-2214), length -- 5 days. Team members will learn to prevent the threat whether from the pier, small boat, or any other means from penetrating their unit, by utilizing proper force protection procedures and tactical team movements. (3) Shipboard Security Engagement Weapons (SSEW)(K-830-2223), length -- 5 days. SSEW shall include training in the knowledge and skills in the use of shipboard provided handguns, shoulder weapons and support weapons and provides basic information in the operation, maintenance and firing of small arms in support of Maritime Interdiction Operations (MIO). Course includes weapons safety; range safety and range firing procedures; operation, maintenance, and firing of the 9mm, M-14 or M-16 rifle, and 12 gauge shotgun. Students will be placed in stress and combat shooting situations and will be required to complete a comprehensive final practical shooting exercise. (4) Visit, Board, Search and Seizure Team Trainer (VBSS)(A-830-0020), length-5 days. The course training includes technical container climbing, shipboard tactics, defensive tactics, boarding procedures, and boarding scenarios. The course involves extensive hands-on practical exercises in climbing, tactics, defense tactics, and boarding scenarios. Course graduates will be able to board non-hostile contacts of interest to review documentation; inspect vessels, cargo and personnel; identify and manage threats, hazards, and emergency incidents; and gather and preserve evidence and intelligence information/evidence and provide appropriate reports related to anti-terrorist situations and incidents. Requirements for the different Fleet Concentration Areas (FCA) are as follows: All course sizes are 24 students, except VBSS, which are 12 students, unless otherwise noted. An asterisk (*) indicates that vendor will provide instructors only. Vendor's instructor requirements are an average of 9 instructors for all courses, except VBSS, which will average 4 instructors, unless otherwise noted. "Turn-key" basis is, vendor provides all facilities, equipment and weapons, consumables, logistic support, lunches, transportation, and medical support (EMT) unless otherwise noted. For FPFT, VBSS and SSEW training, Government will provide facilities and messing, vendor to provide transportation unless otherwise noted. NORFOLK FCA: LE/MA-60 convenings/ year. *FPFT-2 convenings/ year. *VBSS-2 convenings/year. LE/MA is "turn key," except Government will provide base gymnasium facilities for hand to hand combat training. Transportation required from Hampton Hall BQ on Little Creek Navy Base. Navy will provide lunches. If/when instructional services is required for FPFT and VBSS, Government will provide all training facilities and support. Average of 3 instructors required. MAYPORT FL/KINGSBAY, GA FCAs: LE/MA -12 convenings/year. *FPFT-20 convenings/year. *SSEW-12 convenings/year, 21 students. *VBSS-20 convenings/year. LE/MA training is "turn key." Transportation pick-up point is Main Gate of NS Mayport or Main Gate, Kingsbay. Navy will provide lunches for Mayport and Kingsbay. However, on a case by case basis, training may be conducted at Government facilities at SUBASE Kings Bay, GA, This will be identified in the class call. For VBSS, FPFT and SSEW, transportation required from main gate of Mayport and Kingsbay bases. PASCAGOULA, MS FCA: *FPFT-6 convenings/year. *VBSS-6 convenings/year. *SSEW-6 convenings/year. Transportation pick up is main Gate of Pascagoula Naval Station. INGLESIDE, TX FCA: FPFT-10 convenings/year. SSEW-10 convenings/year. FPFT and SSEW are "turn-key," however, no transportation or lunches required by vendor. BANGOR, WA FCA: FPFT-15 convenings/year. VBSS-5 convenings/year, 12 students. SSEW-2 convenings/year. Courses to be provided on "turn-key" basis. Transportation pick up is Naval Submarine Base Bangor. Should Government training facilities become available, transportation will still be required by the vendor from and to the base and the training sites. EVERETT, WA FCA: FPFT-7 convenings/year. VBSS-2 convenings/ year. SSEW-2 convenings/year. Courses to be provided on a "turn-key" basis. Should Government facilities become available, transportation will still be required from and to the base and the training sites. Transportation pick up point is front gate. SAN DIEGO, CA FCA: LE/MA- 45 convenings/year. *FPFT-2 convenings/year, 24 students, 4 instructors. *VBSS-2 convenings/year, 24 students, 4 instructors. *SSEW -2 convenings/year, 24 students, 4 instructors. LE/MA courses to be provided on a "turn-key" basis, except government will provide classrooms at Fleet ASW Base, and Navy will provide lunches. Transportation pick-up point will be at the main gate (Harbor Drive) of the Fleet ASW Training Center. PEARL HARBOR, HI: *FPFT-12 convenings /year. *VBSS-12 convenings/year, 24 students, average 5 instructors. *SSEW-24 convenings/year, 24 students, average 5 instructors. May be a requirement for live fire range. Vendor may be required to provide transportation, which will be identified in the class call. YOKOSUKA and SASEBO, Japan FCA: *FPFT-4 convenings/year, 24 students each location. *VBSS-4 convenings/year, 24 students, each location. *SSEW-4 convenings/year, 24 students each location. Courses to be provided on a "turn-key" basis. Transportation pick-up to be coordinated by the Local Training Authority (LTA). Training will be conducted 8 hours/day (early, evening or night shift), five days a week. Pearl Harbor courses require instructor support for 4 days/week. Daily activities may require more than 8 hours and will include student remediation time, set up and tear down if required. The number of class convenings may vary considerably from year to year and there is no guarantee for a specific number of convenings. The Vendor shall provide training often on short notice. The Government will provide initial copies of Government Furnished Information (GFI) which includes the course curriculum, lesson outlines, instructor guides, student guides, publications, special student handouts, and course tests for the courses as defined in Attachments A-H. The Vendor shall be responsible for copying and providing all subsequent copies of course materials. The vendor shall posses all required certifications/accreditations to meet local, State and Federal requirements for instructions in the Law Enforcement and Force Protection areas. Vendor's instructors shall possess at least the minimum qualifications required by nationally acceptable industry or academic standards for certification as an instructor in law enforcement or force protection, and must maintain currency in their respective fields. Instructors shall meet minimum physical fitness standards IAW OPNAVINST 6110.1F (Attachment H), and are required to show proof of drug screening. Additionally, vendor's instructors shall undergo the Navy instructor qualification, shall be certified in Cardiopulmonary Resuscitation (CPR). Force Protection courses certifications require the vendor's instructors to go through the one-week course as a student, then one week as an observer/helper, prior to teaching. An Emergency Medical Technician (EMT) (minimum requirement) shall be provided during live fire training where Navy medical support is not provided. Base passes shall be required for access to military bases. Interested vendors shall address the following Factors: (a) Institution's Accreditation. Identify your institution's qualification for the conduct of force protection, law enforcement type training. Provide a copy of an official signed/approved accreditation or certification letter or form or license as appropriate for Force Protection/Law Enforcement type training services. (b) Identify the courses in which you will provide and at which FCA or FCAs. Additionally, describe your understanding of the Navy courses you propose to teach and the skills and competency requirements to be attained through each course. (c) Instructor Resources: Identify your instructor resources/pool. Identify your proposed manning level to meet normal training schedules in each homeport area and for meeting surges and whether they are on full time staff or not. (d) Instructor Background check/screening process: Identify your process for instructor background screening/checks and indicate if that meets the Lautenburg Amendment to the Gun Control Act, and drug screening. Also identify your recheck/currency process. (e) Liability: Identify the type and level of insurance liability insurance coverage and Worker's Compensation coverage your company holds that cover the high risk training services you propose to provide. Show how this complies with any of your State's requirement for commercial vendors for FP/LE type training services and live fire range usage. Identify if you will agree to "Hold Harmless" the Navy in the event of liability and environmental issues. (See Hold Harmless language in BPA at URL at end of solicitation.) (f) Class Convenings, size, and assumption of training services: Identify the number of classes you can hold/instruct or support in FY02 and out years, and class size for each course you propose to teach at each location. For courses and locations that require instructor support only, identify the number of instructors you can provide at each location and how quickly you could respond to support requests. Identify your strategy and approach to prepare for and commence training of the courses you propose to instruct. Identify your estimate of the preparation time required to commence instruction for the first class in each course, to include instructor hiring, instructor qualification, and coordination and interface with the Navy LTA, or LTA designated POC. Identify the interface you envision with the NAWCTSD PJM prior to commencement of classes and the reporting of class status/attendance. (g) Vendor Instructor Qualifications: Identify your instructor qualifications and your hiring process. Identify your plan for coordinating instructor qualifications with the Navy to meet the Navy instructor requirements to include Navy Core values and sexual harassment. (h) Identify whether or not you are capable of and will agree to use the Government Furnished Course(s). Identify how you propose to identify/make recommendations for changes in the curriculum. (i)Identify your process for keeping your company and instructors current in Force Protection/Law Enforcement training services. (j) Facilities: Identify/describe the training facilities you are proposing at each location. Describe the live firing range(s) you propose to offer to meet the training requirements and show how the facilities meet governing commercial regulations. Identify the distance (average driving time) of the facilities from the respective transportation pick-up points. (k) Student Accreditation/Certification: Identify whether or not you offer college credit, the number of credit hours to be earned, and toward what academic field, or identify any recognized industry license, certificate, etc., you may provide. (l) Provide your cost for FY 2002 through 2007 for each course at each location. Costs should be broken out by instruction price and other costs listed separately. Other costs should be reflective of the different requirements for each course at each location. For example, identify transportation, student course materials, ranges, consumables, support equipment, lunches and such separately from the instruction price. Page count for the students' handouts is as follows: (1) LE/MA Course- Student course materials, 611 pages per student per class (recurring print cost); References, 1600 pages per student (one time print cost); (2) FPFT Course. (Vendor provides course materials at Bangor/PACNORWEST and Ingleside FPFT training areas only).25-30 pages per student per class (recurring print cost). (3) SSEW and VBSS, no student handout materials required. During the proposal review process, further breakdown of costs may by necessary. Consider that the Vendor will provide all instructional materials required beyond any government furnished initial copies of lesson outlines, course objectives, student guides, and special handouts. Identify your cancellation policy (m) Past Performance. Provide contract numbers and Points of Contact and/or examples of past/present experience in training military personnel and/or local law enforcement personnel and/or anti-terrorism or special operations type training. Also, provide copy of any other forms of recognition for such training. (n) Payment will be by Government Purchase Card. Indicate that your institution accepts credit cards for course payment. (p) Provide complete institution name/address/point of contact/phone. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1applies and includes the above requested factors "a" through "p"; 52.212-2, the following evaluation factors apply: technical capability and past performance when combined are of slightly greater importance than price in determining the best value to the Government. Past performance is slightly less important than technical. Technical factors are your institution's technical competence, instructors' qualifications, ability to remain current, training facilities, and college credit or certification, in descending order. The Government reserves the right to award to multiple offerors in the event one offeror cannot meet the requirements or multiple awards presents the best value to the Government. FAR 52.212-3, (if your institution is NOT FOR PROFIT, disregard paragraph (c), otherwise these paragraphs apply to all offerors: (b), (c), (1)(2)(3), (d), (e) and (h). 52.212-4 (paragraph (i) applies, however, payment is by credit card, and paragraph (m) does not apply). 52.212-5 (DEV). The following DFARS clauses apply: 252.212-7000 (clauses 252.225-7028, 252.243-7002, 252.247-7023 ad 252.247-7024 apply), 252.212-7001 (DEV), 252.223-7004 and 252.204-7004 (vendors are required to be registered in the Central Contractor Registration (CCR). The following clause is included as addenda: 52.211-14-Notice of Priority Rating for National Defense Use, (Sep 1990). Any contract awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. The DPAS rating for this solicitation is DO, C9. See BPA language regarding "Hold Harmless," provisions, Insurance and Drug Screening requirements (see URL below). Vendor is required to submit completed copies of FAR 52.212-3, and DFAR 252-212-7001 with their quote. Quotes are due at NAWCTSD, Attn: Jackie Rolly or Karen Henderson, NLT close of business, 1600 hours EST, 13 December 2001, and may be sent by FAX to (407) 380-4164. Quote to be received by closing date. Copies of the Purchase Description 11E01306, Attachments A-H, and a sample BPA can be found at http://www.ntsc.navy.mil/EBusiness/BusOps/BusOps.htm. Click on OPEN ACQUISITIONS, then under "document types" click on SAP RFQ.
Web Link
Copies of the Purchase Description 11E01306, Attachments (http://www.ntsc.navy.mil/EBusiness/BusOps/BusOps.htm)
Record
Loren Data Corp. 20011116/USOL002.HTM (W-318 SN5129I8)

U - Education and Training Services Index  |  Issue Index |
Created on November 14, 2001 by Loren Data Corp. -- info@ld.com