Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

R -- Chemical/Biological/Radiological/Nuclear Countermeasure Training

Notice Date
6/30/2011
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0194
 
Point of Contact
Jackie L. Alston, Phone: 7038756843, William L Zlater, Phone: 7038756285
 
E-Mail Address
alstonjl@state.gov, zlaterwl@state.gov
(alstonjl@state.gov, zlaterwl@state.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This notice is made in accordance with FAR Part 5.203 and will account for the 15 day pre-solicitation issuance requirement. The anticipated release date for the solicitation is July 18, 2011. The Department of State, Bureau of Diplomatic Security, Weapons of Mass Destruction Countermeasure Division, Office of Physical Security Programs has a requirement for a qualified contractor to provide qualified personnel to assist with the implementation of a Chemical/Biological/Radiological/Nuclear (C/B/R/N) Countermeasure Program to counter threats against U.S. Embassies and Domestic personnel, and facilities worldwide. The Intent of the program is to create a CBRN response capability internal to the Embassy or Consulate in order to assist DOS management and security personnel in a life safety response to a CBRN attack. To accomplish this mission, the WMD program provides comprehensive CBRN awareness and operational response training to all overseas Embassies and Consulates on a biannual rotation and manages the selection, procurement and deployment of protection, detection and decontamination equipment for these facilities. The contract personnel provided will operate in both overseas and domestic venues providing equipment and training to personnel at their respective locations. The Government estimates that contractor support will be required for a period of not less than five years. The contractor will provide sixteen (16) subject matter experts/instructors and the necessary support personnel to perform the following services: • Conduct assessments of overseas and domestic facilities for CBRN vulnerabilities and detail findings in DOS provided report format. • Develop response capability to assist missions/facilities for both pre-and-post attack activities. • Inspection of equipment for serviceability and coordination of the subsequent repair or replacement if necessary. • Coordinate with host country emergency response assets to identify core capabilities/ competencies and enhance coordination of future emergency response actions. • Provide CBRN information and response reach back capability to overseas posts. • Develop/revise training courses to meet program needs, to include the development of course outlines, lesson plans, training/instructor guides, training schedules, trainee reference manuals and pamphlets and other training materials. Create and deliver diversified CBRN briefings and training courses ranging from general awareness and preparedness briefings for new employees, and new ambassadors/deputy chiefs of mission to in depth, hands-on instruction for security professionals and mission personnel dealing with specific CBRN countermeasures, equipment and procedures. • Training includes classes for Volunteer First Responders, Local Guard force personnel, Marine Security Guards, CBRN Incident Management, Mail Screening Operations, CBRN Escape Respirator Usage and other training appropriate to the overall mission. • Travel, as required, to conduct DOS directed work, both domestically and overseas. • Assist, as necessary, in the selection and evaluation of new CBRN equipment, technologies and operational procedures for potential implementation at overseas facilities. • Except by direction of the Program Manager, the DoS will procure all necessary equipment and material, as required by the program. • Provide monthly inventory of equipment and supplies and identify when quantities reach predetermined thresholds for resupply. • Assist in the continuing evaluation of the training program and provide recommendations for improvement, as appropriate. • Maintain technical competency related to CBRN countermeasures for Instructors, Senior Instructors, Regional Training Coordinators and staff as specified by program management. Logistics: The contractor must provide warehousing, international shipping, customs/clearance agents, and door to door delivery to post. Requirements: • 24/7 availability with afterhours access to warehouse • Necessary export licenses and registrations that allow for the transport of WMD items internationally. • Special permits, licensing, and training associated with the shipment of HAZMAT materials overseas. • AES filing for all international shipments.• Preparation and shipment of State Department pouches that meet specific country restrictions. • Door to door deliveries for time sensitive, mission-critical equipment. Bidder must have customs agents worldwide to handle clearance, import documentation, and duty management for true door to door service. • International transportation services to deliver high risk and high value protective equipment to all Embassies and Consulates worldwide. Includes local transportation services to IAD/DCA and transportation from all international airports to post. • Ability to expedite shipments for 250-300 orders each year. • International shipping insurance. • Preparation of export shipping documents. • Web-based order tracking capabilities. • Local warehouse that can accommodate equipment totaling approximately 8,000-10,000 sq ft. • Warehouse duties that include relabeling and repacking, storage, staging, inventory control, cross docking, packing and crating. • Reverse logistics. • Proficient knowledge of ITAR, EAR and ATF regulations. The contractor will be required to possess a TOP SECRET Facility Clearance at the time of proposal submission. After the solicitation has been posted, a date will be set for Vendor Questions to be proposed in writing to the Contract Specialist. Proposals are due 30 days after the solicitation has been posted. This pre-solicitation announcement is for notification purpose only. Please do not submit any information in response to this pre-solicitation notice. Official questions will be taken after the solicitation notice has been posted. All prospective contractors must be registered in the Central Contractor Registry (CCR) in order to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0194/listing.html)
 
Place of Performance
Address: The principal place of performance shall be the Washington, DC, Metropolitan Area and/or overseas U.S. Government Posts., Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02486936-W 20110702/110630235411-65ff07d4f7db7b8e589119c1b10b6a67 (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.