Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

U -- Personnel Recovery Training Requirement

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q07RPRTCOURSE
 
Response Due
2/23/2007
 
Archive Date
4/24/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W9124Q07RPRTCOURSE is the solicitation number for this requirement, and is being issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. There will be no set-aside used. The NAICS code for this acquisition is 611699, $6,500,000.00. Payment will be made via electronic funds transfer (EFT). Although the primary place of performance is Fort George G. Meade, MD, the resulting contract shall include an option for training to be held at Fort A.P. Hill. The Rapid Equipping Force  Asymmetric Product Office (REF-APO) has a requirement for specialized Personnel Recovery (PR) training to support personnel bound for uncertain or hostile environments within OCONUS deployments. Each training iteration shall be developed to deliver approved personnel recovery objectives in the curricula with detailed programs of instruction over five (5) consecutive days of training. Training will not exceed twelve hours on any given day without the approval of the COR/COTR. Each session shall accommodate a maximum of twenty (20) supported unit personnel that may be a mix of DoD military, Department of the Army civilian, and Department of the Army contractor personnel. The programs of instruction shall be the primary criteria (Overall Mission Understanding) of the proposal evaluation, to be followed by other Sub-Factors as noted. 1. Introduction to DoD/Army PR options and methods. 2. Individual and Collective PR Planning and Preparation. 3. Survival, Evasion, Resistance, and Escape (SERE) considerations. 4. SERE observation learning exercises  These shall be scenario-based, roll-playing exercises that shall be conducted while being observed by fellow classmates and cadre to evoke discussion and constructive critiques in After-Action Reviews (AARs). This exercise shall apply the resistance training techniques taught in previous sessions (1., 2. & 3. above) and should take place in a classroom setting using closed-circuit television equipment provided by the contractor. This course should be similar or s uperior to Resistance Training Lab (RTL). The basic period of performance of the contract resulting from the synopsis/solicitation is twelve months, with four option years for a total of five years. There will be two (2) courses held through the remainder of the calendar year. The approximate da tes for this training are 17-23 June 2007 and 28 Oct  03 Nov 2007. There will be two training sessions for each option year. Dates TBD. Any contractor submitting a proposal shall meet or exceed the following qualifications: The contractor must have an extensive and clear understanding of current DoD/DA regulations for the type of training required. References are included in the appendix. Project Leader - The Project Lead shall have a minimum of a Department of Defense (DoD) SECRET security eligibility. It is desirable that the project leader have recent experience with the Army Personnel Recovery strategic and operational levels. Resume s of personnel to instruct this training shall be submitted along with contractors offer. Instructors  Instructors for the training must have a minimum DoD SECRET security eligibility and have expertise in conventional, special operations and interagency operations regarding Personnel Recovery. Instructors must have a familiarity with the Ar mys roles, functions, and missions. Resumes of personnel to instruct this training shall be submitted along with contractors offer. The Government will award a contract resulting from this solicitation t o the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors and sub-factors shall be used to evaluate offers. Sub-factors shall be broken down for further clarification: FACTOR 1: TECHNICAL CAPABILITY/MANAGEMENT Sub-Factor A: Overall Mission Understanding Sub-Factor B: Proposed Management Plan Sub-Factor C: Quality Assurance Sub-Factor D: Past Performance Sub-Factor E: Security Eligibility FACTOR 2: COST/PRICE The following color-rating plan will be used for scoring each factor and sub-factor as follows: PURPLE A proposal that demonstrates competence and far exceeds the minimum requirements of the criteria; has a high probability of success; contains no weaknesses or deficiencies. GREEN A proposal that demonstrates competence and exceeds the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist. BLUE A proposal that meets in all aspects the minimum requirements of the criteria; has a good probability of success; no significant weaknesses and any deficiencies can be readily corrected. YELLOW A proposal that fails to meet the minimum requirements of the criteria but may meet them through negotiations; low probability of success; major weaknesses and/or significant number of deficiencies exist that may be improved or corrected through d iscussions. RED A proposal that fails to meet minimum requirements of the criteria; proposal needs major revisions; very low probability of success. An offeror must be rated at least BLUE in all Sub-Factors (FACOTOR 1) in order to be eligible for contract award. SUB-FACTOR A: OVERALL MISSION UNDERSTANDING. A demonstrated understanding of the processes and procedures required for performing services to include the functions of this contract. To obtain a blue rating, the proposal must demonstrate an adequate unde rstanding of the services required and their mission. SUB-FACTOR B: PROPOSED MANAGEMENT PLAN. (a) Core Group  The proposal must demonstrate a structure that promotes the efficient and flexible use of the offerors personnel. (b) Surge Capabilities  The proposal must demonstrate the offerors ability to o btain the additional, temporary and/or part-time staff, with the appropriate security clearances, to satisfy shortfalls, if any and as applicable. (c) Management Communication Style  The proposal must demonstrate an understanding of the skills required i n obtaining and retaining qualified personnel. To obtain a blue rating, the proposal must demonstrate a clear understanding of organization, personnel management, transitioning and administrative requirements for providing these services. SUB-FACTOR C: QUALITY ASSURANCE. The proposal must demonstrate how the offeror expects to maintain the highest standards in the professional services delivered. To receive a blue rating, the proposal must demonstrate a clear understanding of specific te chniques and activities to be performed, in addition to their integration and development in conjunction with the task orders. All proposals must meet minimum standards and regulations set out in JP 3-50 and other referenced joint publications listed in t his solicitation. SUB-FACTOR D: PAST PERFORMANCE. The proposal must demonstrate present and past performance as it relates to this current procurement. All referenced contracts are required to be on-going or have been completed within the last three years. Further, cont racts determined to be more relevant to the REF-APO requirement will be given more weight than those less similar. If deemed necessary, the evaluation team will determine the appropriate personnel to contact for information on the offeror's present and pa st performance based on the present and past performance information and points of cont act (POCs) provided by the offeror and any Past Performance Information Retrieval System (PPIRS)-like information from other Government sources. After receipt of the questionnaires, follow up telephone calls may be made to clarify the responses provided o r to obtain additional information. To receive a blue rating, the proposal must show successful performance of similar contracts to this procurement. SUB-FACTOR E: SECURITY ELIGIBILITY REQUIREMENTS. The proposal must demonstrate the offerors ability to maintain a full training cadre at the minimum level of security eligibility outlined in this RFP. The proposal should display the offerors understand ing of Department of the Army security requirements as they pertain to the RFP and REF-APO requirements. Interim DoD security eligibilities are acceptable, Secret or Above. The security eligibility requirements in this RFP are non-negotiable and must be met in order to obtain a blue rating. Further, in order to obtain a purple rating, it is desirable that the offeror have the ability to maintain higher level security eligibilities which may be required in option years of the contract. FACTOR 2: COST/PRICE. The second evaluation factor is cost/price. While the Subfactors A  E of Factor 1, when combined are significantly more important when compared to price, as ratings equalize, price may become a deciding factor. Phase-in price and proposed costs and fees for all years shall be evaluated as the total price proposal (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly un balanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, shall be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer. Before the offers specified expiration time, the Government may accept an offe r (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The provision at 52.212-1, Instructions to Offerors  Commercial, applies to this acquisition. Offorers submitting a proposal shall include a completed copy of the provision 52.213-3 -- Offeror Representations and Certifications -- Commercial Items, with its offer. The Clause 52.212-4 -- Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Clauses applicable to this synopsis/solicitation include: 52.212-5, 52.306-6, 52.219-4, 52.219-23, 52.222-3, 52.222-19, 52.222-21, 52.222-2 6, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, 52.222-4252.222-43, 52.217-8, 52.217-9 and 52.204-2. Applicable DFARS Clauses include 252.212-7001, 52.203-3, 252.243-7003 and 52.243-7002. Appendix - JP 3-50, Personnel Recovery, 5 JAN 07 - JP 3-50.2, Doctrine for Joint Combat Search and Rescue, 26 JAN 96 - JP 3-50.21, Joint TTP for Combat Search and Rescue, 23 MAR 98 - JP 3-50.3, Joint Doctrine for Evasion and Recovery, 6 SEP 96 All terms and definitions in the above subordinate publications released prior to 1 JAN 07 are superseded by those in JP 3-50
 
Place of Performance
Address: Rapid Equipping Force TBD Ft. George G. Meade MD
Zip Code: 20755
Country: US
 
Record
SN01230600-W 20070214/070212223507 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.