Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

U -- Ancillary Training Services

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0036
 
Archive Date
11/25/2008
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0036. A firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 effective 17 September 2008. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $7.0 million applies to this procurement. This procurement is set-aside for service disabled veteran owned small business. The DPAS rating for this procurement is DO-09. All responsible sources may submit a quote which shall be considered by the agency. The contractor shall provide a proposal using the attached bid schedule in Section B. Section B Schedule of Supplies and Services CLIN 0001, Ancillary Training Support Services. The contractor shall provide contract support for NSWDG in accordance with solicitation H92244-09-T-0036 and the attached Statement of Work for the period of 17 November 2008 through 14 February 2009. Location: NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461. Unit of Issue: Months, Units: 3. STATEMENT OF WORK 1. GENERAL 1.1. SCOPE OF WORK: This is a Firm Fixed Price Level of Effort Non-Personal Services Contract. The Contractor shall provide Canine Trainer services in accordance with established principles of the Military Unit Canine Handler Training Course. Performance shall be in accordance with standards set forth in this Statement of Work (SOW) and the terms and conditions of the contract. 1.2. Naval Special Warfare Development Groups (NSWDG) is located at the Dam Neck Annex, in Virginia Beach, VA. The contractor must have knowledge of Special Operations procedures. 1.3. WORK ENVIRONMENT: Work requires use of protective gear and observance of special safety precautions around the training and operational area. Work environment is subject to high frequency noise exposure on a daily basis, unique and non-standard explosive charges, CS and air contaminants, and possible exposure to dermal and contact toxins requiring special protective clothing. 1.4. RESUME, INTERVIEW, PSYCHOLOGICAL EVALUATION AND DRUG TESTING REQUIREMENTS: 1.4.1. Contractor shall submit resumes for all candidates. 1.4.2. The government reserves the right to interview all candidates. 1.4.3. The government reserves the right to conduct psychological evaluations of all candidates. 1.4.4. The government reserves the right to conduct drug testing on all candidates. The government may require random drug testing of contract employees at contractor expense. 1.4.5. The government reserves the right to approve or disapprove personnel considered for hire by the contractor to provide the services ordered in the contract. 2. QUALIFICATIONS: 2.1. General Experience: 2.1.1. Individual must have a minimum of 10 years experience in the training and handling of detection (narcotics and/or explosives) and standard patrol dogs. 2.1.2. Individual must be a graduate of the Military Master Trainer/ Canine Master Trainer courses or their civilian equivalents. Individual must be experienced with the training of handlers and the development of Programs of Instruction (POI). 2.1.3. Individual must be experienced with the training and employment of tracking dogs. 2.1.4. Individual must attend HAZ-11/HAZ-12 or equivalent civilian explosive driver training prior to handling, receiving, or transporting explosives. 2.1.5. Individual should be experienced with mine detection operations. 2.1.6. Individual will have a thorough understanding of the Dutch Royal Police Dog Program (KNPV). 2.1.7. Military or police experience is desired, but not required. 2.1.8. Individual is required to qualify for and obtain a Secret security clearance. Individual must have an Interim Secret before beginning work associated with this contract. Failure to qualify for and/or obtain a Secret security clearance is grounds for dismissal. 3. DUTIES AND RESPONSIBILITIES: 3.1. Responsible for the training of students in the MILITARY UNIT Canine Handler Training Course. 3.2. Provide instruction of students in the MILITARY UNIT Canine Handler Training Course. Instruction topics include but not limited to Health and Care of Military Working Dog (MWD); control sequence; urban and rural tracking; explosive detection; obedience and agility with MWD; record keeping; and any unique techniques developed by the unit. 3.3. Responsible for and supervises the initial training of all newly assigned dogs. This includes ensuring all newly purchased dogs are trained and developed in obedience, bite work, patrol work, detection, and tracking. The parent unit will accept nothing less than an outstanding dog in all aspects of training. 3.4. Responsible for supervising the selection of all dogs that would enter into the unit dog program. 3.5. Responsible for developing testing criteria and keeping electronic or paper records of criteria used to select each dog entered into the program for future reference. 3.6. Responsible for ensuring that data is maintained on the training of all dogs and handlers to include all necessary DoD and unit paperwork, records, or databases. 3.7. Responsible for scheduling visits through the veterinarian clinic for all assigned dogs. 3.8. Responsible for the care, sanitation, and maintenance of the kennel facility in the absence of handlers and/or Senior Trainers. 3.9. Responsible for ensuring all dogs are trained and prepared for assignment to their perspective handlers. 3.10. Required to develop and document short and long-range training plans for dogs and handlers, as well as supervising training to give input and advice. 3.11. Required to prepare and/or give presentations and briefings as needed to outside agencies, unit personnel, and Canine Handler Training Course personnel. 3.12. Required to attend seminars as well as courses to further his/her knowledge and schedule the same for handlers as needed.. 3.13. Responsible for requesting training equipment, food, and medical supplies for all dogs on proper unit forms. 3.14. Responsible for maintaining all training equipment, food, and medical supplies for all dogs in the Program. 3.15. Responsible for ensuring explosives/training aids are transported in accordance with NSWDG procedures. Proper risk management must be assessed prior to transporting explosive training aids. 3.16. A thorough knowledge of firearms and firearms safety is required. Issuance of weapons and weapons usage is addressed in paragraph 9.8, Weapons and Training. 3.17. Certification/Recertification. It is a condition of this contract that all certifications required in this statement of work remain current during the life of the contract. 4. CONDUCT 4.1. The MILITARY UNIT Canine Program Manager will define the scope of work for the Canine Handler Training Course Trainers. The contractor shall not introduce new procedures or services without prior approval of the MILITARY UNIT Canine Program Manager. The MILITARY UNIT Canine Program Manager will be the deciding authority for any disagreements or deviations from established or new protocols within the MILITARY UNIT Canine Program. 4.2. The contractor should abide by NSWDG's regulations with regard to training and care for CAD's. 4.3. IMPAIRED PERSONNEL. Should the contractor be found to perform unsatisfactorily or be unfit for duty at any time during the course of contract performance, the contractor may be asked to leave if it is deemed to be in the best interest of the MILITARY UNIT. The MILITARY UNIT Canine Program Manager, in conjunction with the Contracting Officer, shall make this decision. If the contractor is removed, the contractor will have the opportunity to provide a replacement. Failure to provide a replacement may result in contract termination. 5. CONFLICT OF INTEREST 5.1. The contractor is not prohibited, by reason of his employment under this contract, from conducting a private Canine trainer or related business if there is no conflict with the performance of services under this contract. 5.2. Contractor shall not use any government facility or other government property in connection with conducting a private practice with the exception of initial testing and evaluation for the prospective MILITARY UNIT procurement of dogs. 6. HOURS OF PERFORMANCE: 6.1. Normal duty hours are from 0800 - 1700 hours Monday through Friday. This will include 1 hour for lunch and duty hours shall normally be 40 hours per week, but may be extended based on the needs of the organization. The contractor provides the level of effort to perform services required by this contract. The MILITARY UNIT Canine Program Manager may adjust work hours to meet the needs of the organization. 6.2. The contractor maybe called upon to perform weekend or evening duties as required. The MILITARY UNIT Canine Program Manager must approve any additional duties outside the MILITARY UNIT. 6.3. Reserved 6.4. ABSENCE FROM THE WORKPLACE. No backup personnel will be required during absence from the workplace of the MILITARY UNIT Canine Program Manager. 6.5. SCHEDULED ABSENCES. Absences must be scheduled in advance and mutually agreed upon by the MILITARY UNIT Canine Program Manager and the contractor. Any planned absence shall be coordinated with and approved by MILITARY UNIT Canine Program Manager not less than 30 calendar days in advance. 6.8. UNSCHEDULED ABSENCES. Contractor shall coordinate any unscheduled absences with MILITARY UNIT Canine Program Manager. 6.8.1. Reserved 6.9. HOLIDAYS: Contractor is authorized the following paid holidays in addition to regular scheduled and unscheduled time off: 1 January Martin Luther King Day President's Day Memorial Day 4 July Labor Day Columbus Day 11 November Thanksgiving Day 25 December 7.1 Reserved 8.1. VEHICLE AND EQUIPMENT OPERATION. 8.1.1 The contractor shall ensure that employees possess the required civilian licenses to operate Class C or military vehicle equivalent. 8.1.2 Before operating any military owned or leased equipment; the contractor employee shall provide proof of license (issued by an appropriate governmental authority) to the unit or agency issuing the equipment. 8.1.3 The government, at its discretion, may train and license contractor employees to operate military owned or leased equipment. 8.1.4 The contractor may be held liable for all damages resulting from willful misconduct in the operation of military owned or leased equipment 9.1 SECURITY CLASSIFICATION. 9.1.1. The work contracted for is related to and is connected with the National Defense. No information relating to the work shall be communicated, transmitted, or disclosed to any person not entitled to receive it. All personnel assigned to work on this contract will be required to have at a minimum a SECRET clearance. If higher level is required, the government will provide an amended DD Form 254. 9.1.2. The contractor shall be guided by and safeguard all classified information either generated by or received under the contract in accordance with the DD Form 254, Contract Security Classification Specification. The DD Form 254 will be provided as an attachment to the contract, or if delayed as a modification to the contract. 10. Reserved 11. TRAVEL PAY DIFFERENTIALS. Travel pay, if applicable, is calculated and paid in accordance with the Joint travel Regulation (JTR). 12. PERSONAL APPEARANCE. Employees shall present a neat and clean appearance. Contract employees shall wear special protective clothing when required, which shall be supplied by the MILITARY UNIT. Shoes shall cover the foot to meet safety requirements. Open-toed shoes, or sandals, shall not be worn. In all cases, contractor employees shall conform to the established personal appearance policy of the MILITARY UNIT. 13. GOVERNMENT FURNISHED ITEMS. 13.1. The Government will provide space and facilities required for the performance of Canine Handler Training Course Training services required by this contract at no cost and shall only be used in the performance of this contract. During hours of performance under this contract, the contractor shall have use of space currently available in the assigned kennel. The contractor's item of clothing, personal effects or equipment can't be secured on the work site during his/her absence. Government equipment and supplies on-hand will be made available to the contractor for use in performance under this contract. 14. Reserved 15. KEYS. The Government may issue keys to the contractor. If so, the contractor shall safeguard the keys from loss, theft, or destruction, and must display all keys assigned for scheduled and unscheduled keys control inspections. 16. STAFF ORIENTATION AND TRAINING. 16.1. Prior to working, contract personnel will be given a government sponsored orientation to familiarize them with the MILITARY Unit's facility, policies, and procedures. Orientation attendance will be required of all contract employees and will be scheduled by Contracting Officer Representative (COR) and department chief during normal duty hours. 16.2. Contractor should be knowledgeable of the policies and procedures of their specific place of duty and of the medical activity. As a precondition/condition to performance, Contractor must complete all required staff training. Such training may include instruction on automation process, quality assurance policies and local in-service and safety briefing. Training shall be conducted during normal duty hours. 16.3. Contractor shall comply with installation vehicle registration policies and procedures. 17. QUALITY ASSURANCE (QA). The Government shall monitor the contractor's/contract employee's performance under this contract using the quality assurance procedures established by the MILITARY UNIT and pursuant to the Inspection of Services Clause. Additionally, the contractor's/contract employee's performance is subject to scheduled and unscheduled review by the MILITARY UNIT Canine Program Manager. 18. HEALTH CARE: Work related emergency health care will be provided at the MILITARY UNIT. Contractor is responsible for his or her own routine health care. The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (APR 2008) (DEVIATION) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.227-1 Authorization and Consent (DEC 2007) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-9 Limitation on Withholding of Payments (APR 1984) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-23 Assignment of Claims (JAN 1986) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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, price and other factors considered. The following factors shall be used to evaluate offers: Price, past performance, technical capability and contractor availability. The contractor shall be required to provide 3 recent and relevant past performance references. (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 specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652.228-9000 Required Insurance (2003) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof.. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent via email to Kenneth Brumfiel. Questions will be accepted until November 7, 2008 @ 10:00 AM and posted later that day. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, phone: (757) 893-2716, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 10 November 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c58c4121ac4a7ba95cb82c24108e5f3f&tab=core&_cview=1)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN01700965-W 20081107/081105214944-c58c4121ac4a7ba95cb82c24108e5f3f (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.