Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

D -- JTF-CS Exercise Training Support

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4800-07-Q-AR02
 
Response Due
7/20/2007
 
Archive Date
9/6/2007
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-07-Q-AR02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is 100% small business set aside. The associated NAICS code is 541511 with a $23 million size standard. This RFQ contains 1 line item. The line item description is as follows: Line Item 0001, Provide Subject Matter Experts in development and execution of training and exercises as per Performance Work Statement (PWS). End Item Description. PERFORMANCE WORK STATEMENT for JOINT TASK FORCE CIVIL SUPPORT EXERCISE TRAINING SUPPORT 1.0 OBJECTIVE 1.1. The objective of this task is to provide Defense Support to Civil Authorities (DSCA) related expertise to JTF-CS in the form(s) of training and exercises subject matter expertise and products to replicate various Federal and State agencies in support of a consequence management event. To accomplish this objective, the tasks encompass: 1.2. Participate in an initial working group in preparation for the JTF-CS Alpha Crew Exercise to create the Program of Instruction (POI) refinement and development, Master Scenario Events List (MSEL)/Mission Assignment (MA)/tabletop development, and exercise coordination in support of Command Assessment Element Tabletop Exercise 9-10 August 2007 at Fort Monroe, Virginia 1.3. Final working group preparation for POI refinement and development, MSEL/Mission Assignment (MA)/tabletop development, and subject matter expertise for execution of the Alpha Crew Exercise 4 - 6 September 2007 to replicate Joint Field Office (JFO) and State Emergency Management Operations. 2.0 SCOPE OF WORK 2.1. Joint Task Force Civil Support requires the following support for the Alpha Crew Alert Exercise: 2.1.1. Provide Subject Matter Experts (SME) to assist in development and execution of specifically identified training and exercise support requirements 2.1.2. Provide SMEs to assist in developing scenario events and structures to elicit appropriate unit and staff responses to achieve established training and exercise objectives. 2.1.3. Provide SMEs to serve as role players, trainers, and/or exercise staff during the conduct of the various training/exercises, interacting with the target ?player? audience to ensure requirement are properly portrayed within the context of the exercise scenario. 2.1.4. Assess player unit actions and provide constructive feedback to any Observer/Controller (O/C) teams, in order to assist the unit in improving performance. 3.0 DESCRIPTION OF SERVICES 3.1. Tasks. Included within this Performance Work Statement (PWS) are the following principle tasks/subtasks to be performed by the contractor within the functional category of Homeland Security Subject Matter Expertise for Joint Field Office Operations and State Emergency Management Operations. Assist the J-3 in the development and execution of training, education and exercise plans for JTF-CS that include the following: 3.1.1. Provide subject matter experts (SME's) that replicate the actions in the Joint Field Office. Provide the following SMEs: 1. Federal Coordinating Officer 2. Defense Coordinating Officer 3. Operations Section Branch Chief also knowledgeable in Emergency Support Function (ESF) 5 (Emergency Management) operations in a JFO 4. Emergency Services Group Chief also knowledgeable in ESF 6 (Mass Care, Housing, and Human Services) operations in a JFO 5. Emergency Support Function Operations Chief also knowledgeable in ESF 8 (Public Health and Medical Services) operations in a JFO 6. State Coordination Officer 7. State Adjutant General 8. News Reporter replicating a local TV station 3.1.2. Provide all SMEs to participate in the initial working group at Fort Monroe from ?9-10 August 2007. This training will synchronize efforts for preparation for the Alpha Crew Alert Exercise to familiarize the team leads with JTF-CS operations and potential questions. 3.1.3. Provide all requested SME's in paragraph 3.1.1. from 4 -5 September 2007 to assist in developing Alpha Crew Exercise MSEL injects and supporting documents (SITREPs, MA/action request forms, etc) to support the training scenario and learning objectives. 3.1.4. Provide the same SMEs on 6 September 2007 to replicate a JFO, State Emergency Management Office, and TAG?s office with the composition stated above. Execute training for the Command Assessment Element (CAE) IAW the scenario and MSEL?s, developed. Support interim hot washes, and final after action comments. 3.1.5. SMEs are expected to be familiar with the procedures in the Joint Field Office Activation and Operations Manual, Version 8.3, Interim Approval April 2006, National Response Plan and National Incident Management System. 4.0 GOVERNMENT-FURNISHED EQUIPMENT 4.1. The government (JTF-CS) will furnish: 4.1.1. All facilities for the coordination and execution of training (to include overhead projection, flip charts, extension cords, color printer). 4.1.2. Internet access or LAN access for communications with the CAE. 4.1.3. J-37 training representatives to perform exercise control and development. 4.1.4. Video camera support to assist the news reporter. 4.1.5. A government ?.mil? laptop computer for use during the visits to JTF-CS, if training requires access into the JTF-CS or NORTHCOM portals. 4.1.6. Access to the JTF-CS Tactical Standing Operating Procedures and Alpha Crew Alert Procedures. 5. Security Clearances. Contractors supporting this PWS shall possess a SECRET clearance. 6. Travel. Travel is necessary for the performance of this contract. Travel will be conducted IAW the Joint Travel Regulation. Travel is between home station and Hampton, Virginia. 7.0 Place of Performance. The organization is Joint Task Force Civil Support, 380 Fenwick Road, Fort Monroe, VA 23651. ATTACHMENT A WORK BREAKDOWN STRUCTURE. The contractor will provide the following: SME GSA S/L category (30/102/160/191/120)* # hours PWS para ref Federal Coordinating Officer 4 days (prep) X 8 hrs = 32 hours 1 day (Exercise) X 8 hours = 8 hours 24 hours travel (2 separate trips) = 64 total hours 3.1.1., 3.1.2, 3.1.3., 3.1.4. Defense Coordinating Officer 4 days (prep) X 8 hrs = 32 hours 1 day (Exercise) X 8 hours = 8 hours 24 hours travel (2 separate trips) = 64 total hours 3.1.1., 3.1.2, 3.1.3., 3.1.4. Operations Branch Chief 4 days (prep) X 8 hrs = 32 hours 1 day (Exercise) X 8 hours = 8 hours 24 hours travel (2 separate trips) = 64 total hours 3.1.1., 3.1.2, 3.1.3., 3.1.4. Emergency Services Group Chief 4 days (prep) X 8 hrs = 32 hours 1 day (Exercise) X 8 hours = 8 hours 24 hours travel (2 separate trips) = 64 total hours 3.1.1., 3.1.2, 3.1.3., 3.1.4. Emergency Support Function Ops Chief 4 days (prep) X 8 hrs = 32 hours 1 day (Exercise) X 8 hours = 8 hours 24 hours travel (2 separate trips) = 64 total hours 3.1.1., 3.1.2, 3.1.3., 3.1.4. State Coordinating Officer 4 days (prep) X 8 hrs = 32 hours 1 day (Exercise) X 8 hours = 8 hours 24 hours travel (2 separate trips) = 64 hours 3.1.1., 3.1.2, 3.1.3., 3.1.4. The Adjutant General 4 days (prep) X 8 hrs = 32 hours 1 day (Exercise) X 8 hours = 8 hours 24 hours travel (2 separate trips) = 64 total hours 3.1.1., 3.1.2, 3.1.3., 3.1.4. News Reporter 1 day (prep) X 8 hrs = 8 hours 1 day (Exercise) X 8 hours = 8 hours 12 hours travel = 28 total hours 3.1.1., 3.1.3., 3.1.4. * REF GSA labor descriptions <END OF PWS> FOB point is Destination (Fort Monroe,VA). The period of performance is 9-10 August 2007 and 4-6 September 2007. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, DFARS 252.232-7003, Electronic Submission of Payment Request, DFARS 252.246-7000, Material Inspection and Receiving Report. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Anissa Ragland (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: TSgt Anissa Ragland, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Robert Lieder at 1 CONS/LGCB, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who?s quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 20 July 2007, 1200 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: Robert Lieder, Contract Administrator, Commercial Phone 757-764-5802, Fax 757-764-7447, E-mail robert.lieder@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Robert Lieder, Contract Administrator, Phone 757-764-5802, Fax 757-764-7447, robert.lieder@langley.af.mil Anissa Ragland, Contracting Officer, Phone 757-764-7483, Fax 757-764-7447, anissa.ragland@langley.af.mil Email your questions to Robert Lieder at robert.lieder@langley.af.mil
 
Place of Performance
Address: 380 Fenwick Road, Fort Monroe, VA
Zip Code: 23651
Country: UNITED STATES
 
Record
SN01335895-W 20070708/070706220548 (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.