Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2008 FBO #2530
SOLICITATION NOTICE

U -- Role Player Amend #2 Questions and Answers Incoporated

Notice Date
10/28/2008
 
Notice Type
Modification/Amendment
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Finance Acquisition Division, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
RFQ20039423JC
 
Response Due
10/31/2008 12:15:00 PM
 
Archive Date
11/24/2008
 
Point of Contact
John P Callahan,, Phone: 317-614-4934
 
E-Mail Address
john.callahan@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
*Amendment #2 Combined Synopsis/Solicitation-Request for Quote-Role Players Service. Incorporating Question and Answers. Quote Due Date is not changed. CONTRACTORS MUST ACKNOWLEDGE ALL AMENDMENTS N THEIR QUOTE (you can add a sentence that states you acknowledge all Amendments through _. Amendment #1-Extension & SCA Website. This is a combined synopsis/solicitation Request for Quote (RFQ), Solicitation Number: RFQ 20039423JC for commercial Role Players at Customs and Border Protection (CBP) 440 Koonce Road, Advanced Training Center (ATC), Harpers Ferry, WV 25425 in accordance with the Statement of Work (below), all clauses/provisions found in this document and FAR Subpart 12.6. This announcement constitutes the solicitation. The National American Industry Classification code is 561320, with a business size code of $12.5 million. CBP intends to award a Firm Fixed Price Purchase Order for role players. Quote shall be submitted to John P. Callahan by E-mail only: john.callahan@dhs.gov. Quote due date is Tuesday, October 31, 2008, by 12:15 p.m. local time. This RFQ incorporates the following clauses and provisions that are in effect through the Federal Acquisition Regulation (FAR) (http://www.acnet.gov) and Dept Homeland Security Regulation (http://farsite.hill.af.mil/VFHSARA.HTM), Federal Acquisition Circular (2005-27, dated 17 Oct 208). Dates of provisions/clauses are those in effect at time of issuance of solicitation and those in effect at time of award: 52.212-4-Contract Terms and Conditions-Commercial Items, 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.219-6, Notice of Total Small Business Aside, 52.222-21- Prohibition of Segregated Facilities, 52.222-26-Equal Opportunity, 52.222-36-Affirmative Action for Workers with Disabilities, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.222-41 Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.); 52.228-5 Insurance Work on a Government Installation; 52.222-42, Statement of Equivalent Rates for Federal Hires *Instructor $18.49 per hour; 52.217-8 - Option to Extend The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of contract expiration; 52.217-9 - Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this Option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.212-1 Instructions to Offerors - Commercial Items, 52.212-2-Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and past performance, where price and past performance are of approximate equal value. (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 unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s); (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance. (d) Past Performance: Contractors need to provide three (3) references (have questionnaire by e-mail to John Callahan by the Referencees) with the following information: Name of Company, Address of Company, Phone and Fax numbers, Point of Contact, Dates of Performance, Contract/Purchase Order Number, Dollar Value. The Past Performance Questionnaire shall answer the following questions with responses ranging in point value from 1 to 5, with 1 being unsatisfactory up to 5 being Outstanding. 1. Rate the overall service: ___. 2. Did the contractor meet/exceed the requirements established in the contract? ____. 3. Was the vendor able to respond to urgent requirements in a timely manner? ___. 4. Were contractor’s employees effective role players? _____. 5. Did the employees perform their jobs in a professional manner? ___. 6. Did the contractor establish and maintain effective quality control standards and procedures? ____. 7. Would you award another contract to this contractor? Yes ___ No___. References Comments: Contract Specialist may call references to validate information and ascertain appropriate rating. Pricing of Service: Base Year, Total Role Player Services: Price per hour $________ x Est. *2,400 hours = $______________; 1st Option Year Price per hour $________ x *2,400 Est. hours = $______________; 2nd Option Year; Price per hour $________ x *2,400 Est. hours = $______________; 3rd Option Year; Price per hour $________ x *2,400 Est. hours = $______________; 4th Option Year Price per hour $________ x *2,400 Est. hours = $______________; TOTAL ESTIMATED COST FOR BASE AND OPTIONS YEARS $______________ STATEMENT OF WORK -- CONTRACT ROLE PLAYER SERVICES -- ADVANCED ADMISSIBILITY SECONDARY PROCESSING (AASP) -- ENFORCEMENT OFFICER TRAINING PROGRAM (EOTP) The U.S. Customs and Border Protection, (CBP) Advanced Training Center, (ATC) Harpers Ferry, West Virginia requires contract role-player services in support of training delivery for course offerings conducted at the Center for a Base year period of December 1, 2008 through November 30, 2009, plus four (4) one year renewal options through November 30, 2013. A. SCOPE 1. Role-player services will be provided on a reoccurring basis to multiple classes on a prearranged schedule as supplied by CBP to the contractor. At a minimum role players will be used to support the Advanced Admissibility Secondary Processing (AASP) Course and the Enforcement Officer Training Program (EOTP) conducted during the specified contract period. 2. The AASP course requires up to twelve (12) role-players x eight (8) hours per class. It is estimated that approximately 22 classes will be conducted in a FY = *2,112 est. hours (12 x 8 x 22= 2112). Schedules will be provided to the contractor at least one quarter in advance. The number of hours is subject to change due to National security reprioritizing of CBP mission requirements and may entail discontinuation or reduction in training which may change the number of classes without notice. In the event it is necessary to reprioritize and reduce the number f role players required or cancel a scheduled class, for other than weather or immediate national emergency response, the CBP Contracting Officer Technical Representative shall provide a 48 hour written cancellation notice to the contractor. However, if the cancellation is weather or national emergency response related, a 48 hour notification cannot be guaranteed. 3. The EOTP course requires up to two (2) role-players x sixteen (16) hours per class. This is estimated at four, 4-hour blocks. It is estimated that there will be up to nine classes in a FY=288 hours. Schedules will be provided to the contractor at least one quarter in advance. In the event it is necessary to reprioritize and reduce the number of role players required or cancel a scheduled class, for other than weather or immediate national emergency response, the CBP Contracting Officer Technical Representative shall provide a 48 hour written cancellation notice to the contractor. However, if the cancellation is weather or national emergency response related, a 48 hour notification cannot be guaranteed. Classes for AASP and EOTP are conducted Monday through Friday between the ATC core hours of 7:00 a.m. and 6:00 p.m. The specific days and eight or four hour blocks of time the role-players will be needed are dependent upon the overall class schedule start and finish dates. Schedules will be provided one quarter in advance to the contractor, identifying times and dates role-playing services are required. B. ROLE PLAYER DUTIES AND RESPONSIBILITIES The role-players for the academic AASP and EOTP classes will perform a variety of roles related to Title 8 of the Code of Federal Regulations (CFR) as material witnesses and defendants and as individuals making application for entry to the United States. For AASP and EOTP role-playing, the scripted roles and information made available to role-players during the conduct of the practical exercise is not considered law enforcement sensitive and is consistent with that information made available to the traveling public. In the event a role-player is needed for a scenario that is law-enforcement sensitive, prior coordination will be made with the contractor for role-players with previous law-enforcement experience. Physical contact for other than academic role-playing will be no more than handcuffing and physical search. Role-players must be U.S. citizens, 18 years of age or older. Contractor personnel who will report to the ATC and serve as Role-players are required to have completed NATIONAL AGENCY CHECK (NACI) ensuring their suitability for the duties required and access to the Advanced Training Center, a secure facility. The NACI allows the assigned personnel to have unescorted access to the ATC. 6. Prior role-player experience is not required Any scripts or external props and resources necessary to conduct the practical exercise will be provided by the ATC. An appropriate dress code for the role-players will be coordinated between CBP and the contractor. CBP reserves the right to reject a role-player for inappropriate dress, actions or other articulable reasons. A lead role-player will be assigned to ensure an adequate number of role-players are present. Lead role players will ensure a sign-in and sign-out sheet is utilized and that all role-players remain at the designated practical exercise area until the responsible officer has signed the roster and been afforded the opportunity to provide comments, if any, in the space provided. A roster of the role-players reporting for each practical exercise shall be provided to the Contracting Officers Technical Representative (COTR) for verification and certification of invoices submitted for processing. 11. Abide by Customs and Border Protection, Advanced Training Center guidelines for classroom management, integrity and fraternization. 12. All vendor employees having access to the content of the training, will be asked to sign the Confidentiality Agreement provided by the vendor. C. SECURITY REQUIREMENTS 1. The Contractor must conduct Employment Eligibility Verification by requiring applicants to show their U.S. Passport OR a combination of a valid state drivers license AND an original social security card or birth certification (with seal). Each role-player assigned to work on and within the scope of this purchase order will be required to satisfactorily complete and pass a NACI with the Office of Personnel Management proof of completed background must be supplied to CBP for verification. CBP reserves the right to conduct their own backgrounds checks (no persons with a felony or misdemeanors in the last 8 years will be allowed access). Contract employees are required to give, and to authorize others to give, full, frank and truthful answers to relevant and material questions needed to reach a suitability determination. Refusal or failure to furnish or authorize provision of information may constitute grounds for denial or revocation of credentials. SCA Wage Determination No.: 2005-3017, Revision No.: 6, Date Of Revision: 05/29/2008 is in effect on this solicitation. Website: http://www.wdol.gov/wdol/scafiles/std/05-3017.txt. 1. What is the GS equivalent of the positions (Role Players)? Answer: FAR 52.222-42 — Statement of Equivalent Rates for Federal Hires. Instructor $18.49 per hour 2. Is there is an incumbent contractor? If so, what is the pay used under the contract? Answer: Khan & Hill. The current Purchase Order (PO) was awarded originally for only 6 months (NO Base and Option years) and did not require the Service Contract Act Wage Determination (as this new RFQ does). Pricing $26.20 per hour. 3. The SOW, item 2 indicates the AASP course requires 12 role players x 8 hours per class and it is estimated that 22 classes will be conducted in a FY = 1728 hours. My calculation shows 12 x 8 x 22= 2112 hours. The EOTP course requirement per fiscal year is 288 hours. Therefore, if 2112 is the correct calculation for AASP, the total hours should be 2400 hours instead of 2016 hours. Please confirm the correct number of hours for the RFQ. Answer: The 1728 hours is incorrect. Total for this should be an estimated 2,112 hours. The overall hours to quote is 2,400 estimated hours per year (this is changed in Amendment Solicitation. 4. In the referenced RFQ, it states that “Contractors need to provide three (3) references…” Does the offeror need to provide the references or does the awardee provide the references? Answer: The contractor’s Reference will provide the Questionaire to the contract specialist by e-mail. 5. Does the Government have a preferred role player male to female ratio? Answer: No, at this time it does not matter. 6. Does the Government have a preferred role player military/law enforcement to civilian ratio? Answer: No, at this time it does not matter. 7. Please advise what labor category (on the DOL Wage Determination) should be used or is currently used on the current contract? Answer: “15090 TECHNICAL INSTRUCTOR” 8. Additionally, what is the current contract value? Answer: See answer to question number 2 above. 9. Who is responsible for the cost of conducting a NACI for each role player? Answer: The contractor is responsible for the cost of the NACI. 10. Is this a re-compete of an existing contract or a new procurement? Answer: See answer to question number 2 above. 11. Are these services currently being commercially provided? Answer: Yes. 12. If there is an existing contract for these services are otherwise commercially provided, what firm is the incumbent vendor? Answer: See answer to question number 2 above. 13. If this is a re-compete of an existing procurement, what was the awarded value of the previous contract? Answer: See answer to question number 2 above. 14. Is this wage determined work subject to the Service Contract Act? Answer: Yes. See Clause and Wage Determination identified in RFQ. 15. If so, what is the applicable wage determination? Answer: See Wage Determination number at bottom of RFQ - “15090 TECHNICAL INSTRUCTOR” 16. If so, and there is a vendor currently providing this hourly labor service, has the hourly labor rate been indexed against the prevailing wage determination and what is that indexed rate? Answer: The current PO did not require SCA. The future (Option years) employee rate is determined by any revised Wage Determinations needing to be incorporated at the time an Option is exercised. 17. We suggest that a Manager be included and that some training time is available to assist in performance? Answer: No, the contractor will designate one of their employees to be the lead and also act as a role player. 18. The rates for roleplayers are not currently in the AWD and will have to be conformed. We will suggest a fair rate that includes H&W. Answer: See “15090 TECHNICAL INSTRUCTOR” for appropriate rate to be used. Your company has to determine the Option year pricing (note: if a new wage determination is put into effect, the Wage Determination will be incorporated into the Option Year modification (if the Option year is exercised) IAW Far regulation. 19. FBO version cuts off at the bottom of page 2. Can you send the rest of the package? Answer: “Copy” then “Paste” the RFQ if your computer does not fully print out.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4718b4755f91fe1db856b7c4c8aa4c37&tab=core&_cview=1)
 
Place of Performance
Address: 440 Koonce Road, Advanced Training Center (ATC), Harpers Ferry, West Virginia, 25425, United States
Zip Code: 25425
 
Record
SN01697482-W 20081030/081028215556-4718b4755f91fe1db856b7c4c8aa4c37 (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.