Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOLICITATION NOTICE

99 -- ROLE PLAYERS FOR THEATER-SPECIFIC INDIVIDUAL REPLACEMENT TRAINING (TSIRT), FORT STEWART, GEORGIA.

Notice Date
11/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Stewart, Directorate of Contracting, 1042 William H. Wilson Avenue, Suite 219, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
DABK37-03-R-0010
 
Archive Date
2/13/2003
 
Point of Contact
John Goggin, 912-767-8440
 
E-Mail Address
Email your questions to ACA, Fort Stewart
(john.goggin@stewart.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Non-personal service. 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 solici tation; Bids are being requested and a written solicitation will not be issued. The army requires a contract to provide ROLE PLAYERS FOR THEATER-SPECIFIC INDIVIDUAL REPLACEMENT TRAINING (TSIRT), FORT STEWART, GEORGIA. TSIRT will provide deploying units t he opportunity to exercise critical individual skills in support of peacekeeping operations. Training provided to deploying personnel under TSIRT is performed in 2-day cycles. The service will include but not necessarily be limited to the following. For the purposes of this Contract, the services to be provided by the Contractor in support of this training will occur over two days, designated herein as Day 1 training and Day 2 training. The Contractor shall be prepared to provide up 6 personnel for day 1 and up to 24 personnel for day 2. Role players shall act as noncombatants (civilians, townspeople, refugees, and media personnel) for Day 1 and Day 2 training support-of a series of conventional scenarios to Bosnia theater specific Individual Replacement Training (IRT) that represent situational conditions and provide deploying units with a realistic training environment. Role players will complicate unit's peacekeeping operation, provide a source of intelligence, information, and exercise the unit's proc edures for care and treatment of noncombatants. The contractor should normally expect to be required to perform the services outlined in this Synopsis/Solicitation anywhere from 4 to 9 hours per training day. However, this may vary depending on the Govern ment's requirements. Contractor employees normally work outside in all types of weather (e.g.heat, cold, rain, etc.). The work will normally require long periods of standing and walking. Contractor employees must be in good physical condition. Contractor employees shall be self-sustaining while on site (i.e., wearing appropriate clothing for inclement weather, items for personal comfort and any food needed for a 9-hour day). All contractor employees will receive a safety briefing from the TSIRT representa tive prior to the beginning of Day 1 and Day 2 training. Contractor employees will be provided with role player costumes by the government. Costumes do not include shoes. Role Players will only be required to speak a few lines that will be provided. No theatrical ability required. Role shall be able to follow simple instructions from the Lead Role Player. The Contractor shall provide an on-site manager (POC/Lead Role Player) who shall be responsible for the overall management and coordination of the C ontractor's efforts during training days, and who shall act as the central point of contact with the TSIRT representative. The Contractor's POC shall be present on site at all times during Contractor performance, and will also perform the duties of lead r ole player while serving in such capacity. Government will furnish latrine facilities, access to telephone/fax, props and training aids required for the exercise, Access to TSlRT Training Lanes for the purpose of allowing Contractor to train its employees and communication devices for the express purpose of communications between TSIRT representatives and the lead role player. Security clearance not required. Training may occur 2 times per month, or 24 times per year depending on the student load and mob ilization requirements. The Government estimates the total hours expended each year to be approximately 6500. A schedule will be available to the contractor not later than 10 days prior to the end of each month stating requirements for the upcoming mont h. The schedule will state number and types of personnel required, and the date, time and location of required performance. The Contractor shall have its work force on site, ready to work, at Building 19101, Evans Field, Fort Stewart at 7:30 a.m. on each training day. The training sites are within easy walking distance from the parking lot at Evans Field. The SIC Code is 8999. The NAICS Code is 711510. Servi ce shall commence on 1 JAN 03 or within 10 calendar days after receipt of contract award, whichever is later, and continue through 31 DEC 03. Prior to commencement of activities, the Lead Role Player/On-Site Manager shall be required to attend a one (1) t o two (2) day training/rehearsal. This contract contains an option to extend the term of the contract for (4) additional one-year periods. The Bid Price Schedule and Full Description/Specifications may be downloaded from the following web-site: http://a bop.monmouth.army.mil/frrt.nsf/Solicitation+By+Number?OpenView . Re: DABK37-03-R-0010. The following clauses are hereby incorporated by reference. FAR 52.212-1, Instructions to Offerors, Commercial Items. FAR 52.212-2, Evaluation Commercial Items. (A ward will be made by Sealed BID). FAR 52.214-1, Solicitation Definitions-Sealed Bidding. FAR 52.214-3, Amendments to Invitations for Bids. FAR 52.214-4, False Statements on Bids. FAR 52.214-5, Submission of Bids. FAR 52.214-6, Explanation to Prospecti ve Bidders. FAR 52.214-7, Late Submissions, Modifications, and Withdraws of Bids. FAR 52.214-9, Failure to Submit Bid. FAR 52.214-10, Contract Award-Sealed Bid. FAR 52.214-15, Period for Acceptance of Bids. FAR 52.212-3, Offeror Representations and Ce rtification Commercial Items (Must be downloaded and completed in its entirety). FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Co mmercial Items. The following FAR clauses are applicable under FAR 52.212-5: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Dis abilities; FAR 52.247-64, Preference for Privately-Owned U.S.-Flagged Commercial Vessels; and FAR 52.222-41, Service Contract Act as Amended. The following additional FAR clauses are hereby incorporated by reference: FAR 52.216-1, Type of Contract (The G overnment contemplates award of a Fixed Priced Requirements Type Contract resulting from this Synopsis/Solicitation). FAR 52.202-1, Definitions. FAR 52.203-3, Gratuities. FAR 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government. FAR 5 2.204-4, Printed or Copied Double-Sided on Recycled Paper. FAR 52.204-6, Data Universal Numbering System. FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.223- 5, Pollution Prevention and Right-to-Know Information. FAR 52.223-6, Drug Free Workplace. FAR 52.228-5, Insurance, Work on a Government Installation. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.242-13, Bankruptcy . FAR 52.246-4, Inspection of Services, Fixed Price. FAR 52.253-1, Computer Generated Forms. FAR 52.216-21, Requirements. FAR 52.217-8, Option to Extend Services. FAR 52.218-9, Option to Extend the Term of the Contract. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.232-19, Availability of Funds for the Next Fiscal Year. FAR 52.237-1, Site Visit. The following DFAR clauses are incorporated by reference: DFAR 252.201-7000, Contracting Officer?s Representative. DFAR 252.204-7004, Req uired Central Contractor Registration. DFAR 252.209-7003, Compliance with Veterans? Employment Reporting Requirements. DFAR 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. DFAR 252.225-7001, Buy American Act and Balan ce of Payments Program. DFAR 252.225-7017, Prohibition on Award to Companies Owned by the People?s Republic of China. DFAR 252.242-7000, Postaward Conference. DFAR 252.243-7001, Pricing of Contract Modifications. DFAR 252.212-7000, Offeror representations and Certifications, Commercial Items. DFAR 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appli cable to Defense Acquisitions of Commercial Items. The following DFAR clauses are applicable under DFAR 252.212-7001 (Deviation): DFAR 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFAR 252.225-7012, Preference for Certain Dome stic Commodities; DFAR 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales; DFAR 252.225-7028, Exclusionary Policies and Practices of Foreign Governments; DFAR 252.243-7002, Certification of Requests for Equitable Adjustment; and DFAR 2 52.247-7023, Transportation of Supplies by Sea. DFAR 252.247-7024, Notification of Transportation of Supplies by Sea. The following local clauses are incorporated by reference: 52.000-4001, Contract Period. 52.000-4025, Requirement to Bid/Offer on All Items. 52.000-4053, Installation Access Control Requirements. 52.000-4054, Identification Badges. 52.000-4014, Wage Determination. 52.000-4016, Basis of Award. 52.000-4012, Required Insurance. The full text of all clauses can be viewed at: http://w ww.stewart.army.mil/Display.asp?Page=789D0B8E-7DCA-40EF-B2C3-50630EB3C4E1, OFFEROR IS CAUTIONED TO CAREFULLY REVIEW FAR 52.212-1 AND FOLLOW ALL INSTRUCTIONS WHEN SUBMITTING A BID. Bid date/time is 10 DEC 02 at 14:00. Bids shall either be mailed to: 1042 William H. Wilson Ave., Ste. 219, Fort Stewart, GA 31314-3324 or hand delivered and placed in the Sealed Bid Box located outside room 219 at 1042 William H. Wilson Ave., Bldg. 622, Ste. 219, Fort Stewart, GA 31314-3324. Paper copies of this synopsis/solic itation will not be available. Please do not send requests to this office.
 
Place of Performance
Address: ACA, Fort Stewart Directorate of Contracting, 1042 William H. Wilson Avenue, Suite 219 Fort Stewart GA
Zip Code: 31314-3322
Country: US
 
Record
SN00209977-W 20021124/021122213403 (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  © 1994-2020, Loren Data Corp.