Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

U -- NIMS ICs Training Courses

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Forces Reserve - RCO, 4400 Dauphine Street, New Orleans, LA, 70146-5400
 
ZIP Code
70146-5400
 
Solicitation Number
M67861-06-R-0004
 
Response Due
9/14/2006
 
Archive Date
9/29/2006
 
Point of Contact
Dennis Sweeney, Contract Specialist, Phone 5046786054, Fax 5046785283,
 
E-Mail Address
dennis.sweeney@usmc.mil
 
Description
Effective 9/12/2006 this combined synopsis/solicitation has been cancelled in its entirety. Marine Forces North at NSA, New Orleans, LA intends to solicit and award a Firm-Fixed Price contract for two distinct training packages. This announcement constitutes a request for proposals and the only solicitation that will be issued. This solicitation is issued as a Request for Proposals (RFP) M6786106R0004. The North American Industry Classification System (NAICS) code for this acquisition is 611430, with a small business standard size of 6.5 million dollars. Please identify your business size in your response based upon this standard. This requirement is for the following: 1. TWO (2) EACH, Train the Trainer Course NIMS/ICS: The training requirements are to conduct two (2) train-the-trainer courses consisting of IS-100: Introduction to the Incident Command System (ICS), IS-200: ICS for Single Resources and Initial Action Incidents, and IS-700: Introduction to the National Incident Management System (NIMS) for 50 personnel in each course. This course of instruction and the instructors must meet the requirements and certifications outlined by FEMA for the IS100, 200, 700 level courses. The contractor must provide all required course manuals, reference materials, CD?s and exams for each student. The contractor must ensure the proctoring of the IS-700; IS-100 and, IS-200 FEMA examinations and processing of those exams via the FEMA/EMI system. The contractor will provide the necessary Audio / visual equipment, less a projection screen and several easels per class. The actual start and end dates for this training to be mutually agreed upon prior to the start of the training. The training will be conducted as three (3) consecutive courses; all delivered within the same week and concurrently. Upon successful completion of this course all students will be certified IAW FEMA standards to instruct the IS-100, 200, and 700 courses. 2. FOURTEEN (14) EACH, Intermediate Incident Command System (ICS) / Emergency Operations Center (EOC) training (with tabletop exercise) at fourteen (14) USMC CONUS installations: Design and provide an Intermediate ICS/EOC 300/400 level Management course that is specifically designed to assist the Marine Corps installations first response disciplines and agencies to work together to manage and incident either by working at an Incident Command Post (field location) or at an installation-level Emergency Operations Center (EOC), or equivalent organization for 14 installations listed below: MCLB Barstow, MCAS Yuma, MCAS Miramar, MCB Pendleton, MCAS New River, MCRD San Diego, MCLB Albany, MCRD Parris Island, MCAS Beaufort, MCB Quantico, MCAS Cherry Point, MCB Camp Lejeune, MCAGCC 29 Palms, and MCLB Blount Island. The concluding application portion of the Intermediate ICS/EOC course shall incorporate a 4-hour tabletop exercise. The instructor staff will work with the designated installation personnel to develop the scenario for the course-concluding tabletop exercise that best fits that installation?s specific requirements and emergency response plans. Ensure each student is provided a student manual that incorporates all course material, presentation slides and the related reference information. Other materials that will be provided to each student by the contractor consist of the following: (1) Jane?s Chem-Bio Handbook: a tool to identify hazardous materials and safety recommendations. (2) Emergency Response to Terrorism Job Aid: a tool to identify hazardous materials and safety recommendations. (3) Emergency Response Guidebook: a tool to identify hazardous materials and safety recommendations. This course will be facilitated with five distinct modules. These modules include Overview of NIMS, Preparedness Planning, Resource Management, and Local, State and Federal Integration for incidents of national significances. The maximum attendance at each of the fourteen courses is limited to 50 personnel. The contractor shall provide a minimum of two (2) instructors per course and any computer and audio / visual equipment, required to conduct the class, less a projection screen and several easels per class. Identify the key components of the NIMS and explain how they function with strategic planning. Discuss current requirements for NIMS compliance. Describe the principles of the National Incident Management System (NIMS). Identify tactical and strategic management issues and the Marine Corps response organization that is tasked to execute them. Use the ?Emergency Response to Terrorism Job Aid?, Emergency Response Guide book 2004 and the applicable Marine Corps response instructions as tools to identify response strategies in a CBRNE or terrorism incident. This course must identify the installation procedures for response to ?incidents of national significance?. This course must identify the incident command and management components of the National Incident Management System (NIMS) This course will explain the integration of local, state and federal assistance as laid out in the NRP. This course will identify the installation emergency response plans and show how that plan can integrate into the National Incident Management System. Option 1, ONE (1)EACH - Train the Trainer Course (NIMS IS-700/ICS IS-100 and IS-200). Fiscal Year 2008. Option 2, FIVE (5) EACH - Intermediate Incident Command System (ICS) / Emergency Operations Center (EOC) training (with tabletop exercise) at up to five (5) USMC installations. Fiscal Year 2008. Option 3, ONE (1) EACH - Train the Trainer Course (NIMS IS-700/ICS IS-100 and IS-200). Fiscal Year 2009. Option 4, FIVE (5) EACH - Intermediate Incident Command System (ICS) / Emergency Operations Center (EOC) training (with tabletop exercise) at up to five (5) USMC installations. Fiscal Year 2009. The following information applies to the conducting of these courses: Personnel & Administration: The vendor will provide one primary point of contact (POC) with phone, fax, and e-mail for coordinating all course scheduling and administrative support The installation is responsible for coordination for all participants for each course. Government Furnished Property and Services. The hosting organization / installation will provide: Suitable classroom facilities for the training for up to 50 participants. A screen or blank wall suitable for viewing presentations by the entire class. Four easels with paper for small group activities and exercises starting on the first day of the course. A ?white board? or black board with markers / chalk. Two sets of ?large scale? (in the greatest detail available) city or county maps of the installation and surrounding jurisdictions for use in the ?table top? exercise on the last day of the course. The classroom will be available 24 hours prior to the start of the course. Breakout rooms (near the primary classroom) capable of supporting small group activities and a tabletop exercise for approximately 4 hours on the last day of the course. The government will provide the specific orders, directives and installation specific response plans for each installation. Security: The instructor staff will be allowed access to each USMC installation for the purposes of fulfilling the training covered by this proposal. The USMC agrees to provide all assistance necessary to ensure that access. The instructors will provide a personnel roster with names, and SSNs to each installation POC for the purpose of facilitating installation access. The vendor is required to treat the final individual plans for instructions, contents and handling of by (FOUO) For Official Use Only standards. (OPSEC) Operational Security must be taken into consideration during the planning, training, and testing of any developed plans provided by your instruction or any resulting plans as a result of your instruction. Place of Performance. Work is to be performed at the following installations: MCLB Barstow, MCAS Yuma, MCAS Miramar, MCB Pendleton, MCAS New River, MCRD San Diego, MCLB Albany, MCRD Parris Island, MCAS Beaufort, MCB Quantico, MCAS Cherry Point, MCB Camp Lejeune, MCAGCC 29 Palms, and MCLB Blount Island. Travel: Travel necessary to accomplish the task must be incorporated into the Firm/Fixed Fee for the total cost of this training. Privacy Act: Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the US Code, Section 552a and applicable agency rules and regulations. Period of Performance. The design/scheduling of these courses will commence on the date of award and must be completed within a period of 12 months. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-12 effective 04 August 2006 FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3, Offerors Representations and Certifications - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: Local, Wide Area Work Flow. Local clause reads as follows: INVOICING PROCEDURES ELECTRONIC (USMC May 2004) In compliance with DFARS 252.232-7003, "Electronic Submission of Payment Request (Jan 2004)", the United States Marine Corps (USMC) utilizes WAWF-RA to electronically process vendor request for payment. The contractor is required to utilize this system when processing invoices and receiving reports under this contract. 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); FAR 52.204-7, Central Contractor Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-6 Option for Increased Quantity FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-3, Convict Labor 52.222-19 Child Labor - Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans from the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3 Protest After Award 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.247-34, F.O.B Destination DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following DFARS 252.225-7001- Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic submission of payment requests DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III The following evaluation criteria will be utilized by MFR in order to determine which proposal is considered to offer the best overall value. IAW FAR 52.212-2(a) The evaluation criteria are listed in descending order of importance with factor 1 being the most important and factor 3 being the least important. 1. Technical Capability, 2. Past Performance/Past Experience with training military personnel, 3. Price. The Government intends to evaluate offers and award one contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from technical to price. However the Government reserves the right to conduct discussions if later determined be the Contracting Officer to be necessary. The Government may reject any and all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The quote format is at the discretion of the offeror. If your company is capable of providing these items, pricing and product literature must be received NLT 2:00 pm, Central Time on 14 September 2006. The vendor is certifying that they have properly certified instructors to perform this training by submitting a completed quote. The Government may request information concerning certification documents prior to award of any contracts. Send all packages to MFR, Regional Contracting office, 4400 Dauphine St. New Orleans, LA 70146 Attn: Dennis Sweeney; or by facsimile to (504) 678-5283 or email at dennis.sweeney@usmc.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/USMC/M67861/M67861-06-R-0004/listing.html)
 
Place of Performance
Address: See description concerning the places of performance
Zip Code: 70146
Country: UNITED STATES
 
Record
SN01141699-F 20060914/060912224209 (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  © 1994-2020, Loren Data Corp.