Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2005 FBO #1333
MODIFICATION

U -- Tachtical Operations Education & Training Services

Notice Date
7/19/2005
 
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
9/30/2005
 
Point of Contact
Waldron O'Brien, Contract Specialist, Phone 202-475-3238, Fax 202-475-3905, - Jennifer Peterson, Contracting Officer, Phone 202-475-3215, Fax 202-475-3905,
 
E-Mail Address
wobrien@comdt.uscg.mil, jpeterson@comdt.uscg.mil
 
Description
Statement of Work for HSCG23-05-R-DOT097 1.1 Scope. The purpose of this performance based contract is to obtain Contractor technical support services to assist the CG in developing and implementing an organic, tactical operational capability to detect, identify, interdict and detain terrorist threats in the Maritime domain. 1.2 Background. The USCG Maritime Homeland Security strategy supports a preemptive approach to detecting, deterring, disrupting and intercepting terrorist threats across the maritime domain. To effectively implement this strategy, the CG will deploy specialized tactical teams capable of supporting national special security events, protecting military load-outs, enforcing maritime security zones, and responding to specific terrorist threats or incidents in the maritime domain. The first team is an Enhanced Maritime Safety and Security Team (EMSST) and will consist of approximately 200 personnel and possess six armed response boats. The EMSST will have a dedicated air component. The other units are Maritime Safety and Security Teams (MSST) and the Tactical Law Enforcement Teams (TACLETs). There are twelve (12) MSST each consisting of approximately 76 personnel, six armed response boats, and no aviation component. There are three (3) TACLETs each consisting of 93 personnel and do not possess air nor small boat capability The MSST nor TACLET will not have an air component but must be capable of integrating with the EMSST air component. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager is designated Key by the Government (see SOW 1.4). 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer?s Technical Representative (COTR). The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior approval from the Contracting Officer. 1.3.1.2 The Project Manager shall be accessible to the COTR via telephone 24 hours a day, seven days a week, and shall respond to a request for discussion or resolution of technical problems within 2 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this contract. All Contractor employees supporting this contract shall also be citizens or legal residents of the United States. Additionally, designated Contractor personnel shall be required to operate USCG aircraft (i.e. helicopters), Defender class boats, equipment and firearms for training purposes. At a minimum, the following personnel shall have the qualifications and experience outlined below: 1.3.2.1 Contractor personnel with DOD or USCG qualification and authorization to conducting firearms training on government and non-government range facilities. 1.3.2.2 Similar requirements shall apply to designated Contractor personnel authorized by the Government to provide combat medical training. 1.3.2.3 Similar requirements shall apply to designated Contractor personnel authorized by the Government to operate USCG boats. 1.3.2.4 Similar requirements may apply to designated Contractor personnel authorized by the Government to provide Chemical, Biological, Radiological (CBR) training. 1.3.2.5 Contractor personnel with experience flying military aircraft (i.e. helicopters) in a military special operations missions profile are required to advise CG aviation personnel. 1.3.3 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the employee?s photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.3.1 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. 1.3.4 Employee Conduct. Contractor?s employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, ?off limits? areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the U.S. CG. 1.3.5 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from USCG facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under this contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.6 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. 1.4 Key Personnel. All personnel identified below shall be considered key personnel throughout the duration of the contract. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without written consent from the Contracting Officer. The following personnel are incorporated into this contract as key personnel: Project Manager, Helicopter Pilot, Small Boat Operator, Boarding Operations Specialist and the CBR Specialist. 1.5 SECURITY. Contractor access to classified information is required under this contract. The maximum level of classification is Top Secret/SCI. 1.6 Period of Performance. The period of performance for this contract shall be 365 days from the date of award with one 365 day option period. 1.7 PLACE OF PERFORMANCE. The primary place of performance will be the Chesapeake, Virginia; Portsmouth, Virginia; Camp Lejuene, North Carolina; Elizabeth City, North Carolina; Galveston, Texas; FT Wadsworth, New York, St Mary?s, Georgia; Boston, Massachusetts; New Orleans, Louisiana; Miami, Florida; Seattle, Washington; San Pedro, California; Alameda, California; San Francisco, California; San Diego, California; Honolulu, Hawaii; and Anchorage, Alaska. 1.8 HOURS OF OPERATION. Contractor employees shall perform all work during hours that are consistent with the specialized requirements outlined in this contract. In general, the Contractor shall perform work between the hours of 0700 and 1700 EST, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this contract. 1.9 TRAVEL. Contractor travel shall be required to support this contract. All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Federal Travel Regulations. The Contractor shall be responsible for obtaining COTR approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.10 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and COTR NLT 10 business days after the date of award, unless otherwise directed by the Contracting Officer .The purpose of the Kick-Off Meeting is to discuss contract objectives and review the Contractor's project plan. The Kick-Off Meeting will be held at the Government?s facility. 1.11 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment, unless otherwise directed by the Contracting Officer. The Contractor shall provide a final Project Plan to the COTR not later than 3 business days after the Kick-Off Meeting. 1.12 PROGRESS REPORTS. The Project Manager shall provide monthly progress reports to the KO and COTR via electronic mail. This report shall include a summary of all Contractor work performed, including a breakdown of labor hours by labor category, all direct costs by line item, an assessment of technical progress, schedule status, any travel conducted and any Contractor concerns or recommendations. 1.13 PROGRESS MEETINGS. The Project Manager shall be responsible for keeping the KO and COTR informed about Contractor progress throughout the performance period under this contract and ensure Contractor activities are aligned with CG objectives. 1.13.2 During the first three months of performance, the Project Manager shall meet with the COTR on a weekly basis to discuss progress, exchange information and resolve emergent technical problems and issues. These meetings shall take place at a Government facility. 1.13.3 During the remaining period of performance, the Project Manager shall meet with the COTR on an as needed basis. These meetings shall take place at a Government facility. 1.14 GENERAL REPORT REQUIREMENTS. The Contractor shall provide any written reports in electronic format with read/write capability using applications that are compatible with CG Standard Workstation III (Windows XP and Microsoft Office Applications). 1.15 PERFORMANCE REQUIREMENTS SUMMARY. This contract will be performance based and will include a Performance Requirements Summary (PRS). The PRS sets forth the expected outcomes (objectives) of the contract, the services required of the contractor to attain the objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the contractor does not meet the performance standard. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 To Advance - To build from qualified CG law enforcement personnel an immediate counter-terrorism operational response capability. 2.2 Advanced Tactical Training - Classroom and practical instruction on immediate operational responses to maritime terrorist threats or attacks. 2.3 CBNRE (Chemical, Biological, Radiological and High-Yield Explosive) Operating Environment - These are the standard high-risk threat environments MSST members must be trained to function in to include identifying and triaging potential CBRNE threat as well as operate in contaminated locations. This includes but is not limited to tactical planning and execution for such operations. 2.4 High Risk Condition - Personnel who, by the grade, assignment, symbolic value, or relative isolation, are likely to be terrorist targets. 2.5 High Risk Training Activities - Training under this contract will include government furnished aircraft, vessels, and other training equipment such that the training under operational circumstances by the very nature imposes a higher than normal risk to participants and instructors. 2.6 IOC (Initial Operational Capability) - Certification of Enhanced Maritime Safety and Security Team (EMSST), and its detachments, capabilities to respond to a National Special Security Event and/or respond to a terrorist event. 2.7 Special Access Program - A sensitive program approved in writing by a head of an agency with original Top Secret Classification authority, that imposes need-to-know and access controls beyond those normally provided for access to confidential, secret, or top secret information. The level of controls is based on the criticality of the program and the assessed hostile intelligence threat. The program may be an acquisition program, an intelligence program or an operations and support program. 3.0 GOVERNMENT FURNISHED PROPERTY. The Government will provide the following property and information to the Contractor for work required under this contract: 3.1 The Government will provide workspace, equipment and supplies to include local telephone service and CG Standard Workstations for Contractor personnel to perform the on-site portion of Contractor services required at USCG facilities. 3.2 The Government will provide the equipment for marksmanship (weapons/ammo), aviation (helicopter/fuel), CBR, medical, and maritime (boat/fuel) for training and operations. 3.3 The Government will provide the aviation training that is required by the Government to authorize designated Contractor personnel to pilot USCG aircraft. This training will be provided within 60 days of the award of the contract. 3.4 The Government will provide a training facility for marksmanship training. The primary facility is located in the Chesapeake Virginia area. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this contract, except for the Government Furnished Property specified in Section 3.0 of this work statement. 5.0 REQUIREMENTS. 5.1 Technical Support ? Initial Operating Capability. The Contractor shall assist the CG in training, advising and deploying EMSST, MSST, and TACLET teams not later than September 30, 2006 to support a series of near and long term national special security events and emergent special incidents. Examples of Contractor support shall include the following: 5.1.1 The Contractor shall be responsible for planning and conducting advanced tactical training on the techniques, tactics and procedures used to identify, interdict and arrest potential terrorist threats in a maritime environment. This shall include courses of instruction on airborne use of force and assault, opposed boarding, vertical insertion techniques, aerial force protection with CG aviation assets, specialized firearms, advanced marksmanship, close quarters combat, special boarding operations, distraction devices, ballistic and mechanical breaching, integrating operational intelligence, infrastructure protection, force protection, crisis response and CBNRE assessment. The Contractor shall conduct this training using CG equipment, vessels, aircraft, weapons and training devices. The contractor shall submit lesson plans to the COTR for approval prior to the commencement of training activities. 5.1.2 For all high-risk training activities, the Contractor shall maintain the highest standards of personnel safety and practice effective risk management. The Contractor shall be responsible for anticipating and mitigating the specific risks inherent to each training point. Prior to each high-risk training event, the Contractor shall provide a detailed risk assessment to the COTR, including all measures being taken to mitigate those risks, and obtain written COTR approval (electronic mail is acceptable) prior to initiating the training event. 5.1.3 The Contractor shall complete all training for the EMSST per the schedule in the Project Plan in time to achieve and sustain its Initial Operational Capability not later than April 30, 2006. 5.1.3.1 The Contractor shall complete all training for the MSSTs and TACLETs per the schedule in the Project Plan in time to achieve Full Operational Capability not later than September 30, 2006. 5.1.4 The Contractor shall provide technical advice and assistance on all aspects of rapid response, law enforcement and counterterrorism operations, including but not limited to command and control issues, intelligence collection and sharing, relevant doctrine, strategy and tactics, force protection, and infrastructure protection. 5.1.4.1 Following deployment of the EMSST, the Contractor may be required to provide technical advice during EMSST operations. 5.1.5 The Contractor shall provide written technical advice and assistance on establishing lines of communication and coordinating security operations with other Federal law enforcement partners. 5.1.6 The Contractor shall provide written technical advice and recommendations on weapons, equipment and other tactical acquisitions for the EMSST, MSST, and TACLETs. This shall include providing recommendations for cost-effective modifications to existing CG equipment and platforms to achieve initial operational capability on time and within CG budget constraints. 5.2 Technical Support ? Sustainment of Initial Operating Capability. The Contractor shall provide technical training support to sustain and continue to develop the initial operating capability achieved under 5.1. 6.0 REFERENCES. 6.1 Presidential Decision Directive 62, http://www.au.af.mil/au/awc/awcgate/ciao/62factsheet.htm 6.2 United States Secret Service, Interim Strategic Plan, FY2003-2008, http://www.ustreas.gov/usss/sp_index.shtml
 
Place of Performance
Address: TBD
 
Record
SN00849699-W 20050721/050719211531 (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.