Sunday, April 14, 2013

CDP Training Delivery Services

Solicitation Number: HSFEEM-12-R-0007
Agency: Department of Homeland Security
Office: Federal Emergency Management Agency
Location: Preparedness Branch
  • Print
:
HSFEEM-12-R-0007
:
Award
:
August 22, 2012
:
HSFE20-12-C-0230
:
$52,904,626.81
:
SAIC
:
833063154
:
1710 SAIC Dr.

McLean, Virginia 22102
United States
:
Added: Dec 22, 2011 10:02 am Modified: Jan 30, 2012 4:38 pmTrack Changes
The pre-solicitation notice associated with this solicitation was posted on 11 December 2011. This Request for Proposal (RFP) solicitation is only be available on the FedBizOpps.gov web page at http://www.fedbizopps.gov/.

This solicitation is for training delivery services for the Department of Homeland Security (DHS) / Federal Emergency Management Agency (FEMA) / Center for Domestic Preparedness (CDP) and its facilities located in Anniston, AL. The Acquisition Operations Division/Preparedness Branch intends to award a cost-plus-award-fee and firm-fixed-price hybrid contract award under the authority of FAR Part 15.

The Center for Domestic Preparedness is a national training facility located in Anniston, Alabama, that prepares state and local emergency response personnel to respond to all hazards, including terrorist attacks using weapons of mass destruction by providing advanced, hands on training. This national training program was developed for state, local, tribal, Federal, private sector and international responders from Fire Service, Law Enforcement, Emergency Medical Services, Emergency Management, HazMat, Public Health, Healthcare, Public Communications, Public Works and Government Administrative and other emergency response personnel, their trainers and supervisors. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention and response to Weapons of Mass Destruction (WMD) incidents.

The intention of this requirement is to obtain contracted training delivery services to support Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA)/National Preparedness Directorate/National Training and Education Directorate/Center for Domestic Preparedness (CDP) located in Anniston, Alabama. The contractor shall provide all support services as identified in the performance work statement. The objective of this procurement is to obtain reliable, efficient and effective services by applying a sound management and technical approach that will provide the best value and meet the objectives described in the performance work statement.

The primary function to be performed is delivery of training courses. The courses must be delivered by qualified instructors and/or subject matter experts. The delivery contractor is the focal point of training operations for the CDP programs. The contractor will be responsible for training, to include instructional staff, training equipment and logistical support, and training safety operations. In performing these functions the contractor shall provide all labor, supervision, administration, and equipment unless specifically identified as Government furnished.

There are 43 attachments with this solicitation as outlined in Section J of the solicitation.

Please ensure to review the entire solicitation and provide all appropriate responses and documentation as required. With the submission of a proposal package as outlined in Section L, please remember to complete all required documents within the solicitation packet, including but limited to: Page 1 of the SF 33, B.2 "Price/Cost Schedule", H.9 "Key Personnel or Facilities", and Section K "Representations, Certifications and Other Statements of Offerors".

This is an unrestricted full and open competitive acquisition using FAR Part 15 procedures. A cost-plus-award-fee and firm-fixed-price hybrid contract award is anticipated. Award shall be based on best value to the Government using trade-offs. The Period of Performance will be 1 month of transition followed by 11 months of services for the base period. The contract will include four 12-month options. The anticipated contract performance start date is July 1, 2012. Any responsible offeror may respond to this solicitation.

The NAICS code is 611430. The Small Business Size Standard for this NAICS is $7.0 million.

The incumbent contractor for this requirement is SAIC, under contract number HSFECD-09-C-0093. Sources Sought notice # HSFEEM-12-JS-0001 was previously issued for this requirement. Pre-Solicitation Notice # HSFEEM-12-R-0007 was previously issued for this requirement.

All questions shall be submitted no later than 4:00 pm, February 29, 2012, by email to James Suerdieck, Contract Specialist, DHS/FEMA, Emmitsburg, MD. E-mail address: james.suerdieck@fema.dhs.gov. No phone calls accepted.

A site visit is scheduled for February 16, 2012, 9:00 AM (Central Time), Center for Domestic Preparedness, 61 Responder Drive, Building 61, Room 2001, Ft. McClellan, Anniston, AL 36205. No more than three (3) representatives per potential offeror will be admitted to the site visit. If you plan to attend, it is required that you email your company name and list all persons who will be attending to the james.suerdieck@fema.dhs.gov. IN ADDITION, it is also required that you FAX your company name, the full names of all persons who will attend the site visit, their social security number, and date of birth. This information must be provided for all site visit attendees. This information is to be FAXED ONLY to the CDP security office at fax: 256-847-1960 - NO SECURITY CLEARANCE REQUESTS VIA EMAIL WILL BE PROCESSED. All site visit information must be submitted no later than February 8, 2012 4:00 PM (Central Time). There will be no exceptions to this deadline. Site visit attendees without prior security clearance will not be admitted into the CDP facility.

NOTE: Only one site visit will be conducted. No questions will be entertained during the site visit. Any questions shall be emailed to the Contract Specialist shown above with the solicitation number referenced. No other site visit will be provided.

Proposals are due no later than 1:00 pm, March 7, 2012.


Added: Jan 19, 2012 2:35 pm Modified: Jan 30, 2012 4:38 pmTrack Changes
Added: Feb 22, 2012 7:21 pm
The purpose of this amendment is to incorporate Questions & Answers # 1 and a revised Attachment 41 - Past Performance Questionnaire into the solicitation.  All other requirements, provisions, and clauses remain unchanged.
Added: Feb 24, 2012 11:37 am
The purpose of this amendment is to incorporate RFP Amendment # HSFEEM-12-R-0007 A00001, along with referenced attachments.  Questions and Answers # 1 and revised Attachment 41 previously uploaded to FBO (2/22/12).  All other requirements, provisions, and clauses remain unchanged.
Added: Feb 27, 2012 11:44 am
The purpose of this amendment is to cancel the Amendment 2 attachment (HSFEEM-12-R-0004 - Amendment 2) that was inadvertantly attached to this solicitation at 11:12 am, 2/27/2012.  Please disregard this attachment.  All other requirements, provisions, and clauses remain unchanged.
Added: Feb 28, 2012 8:36 am
The purpose of this amendment is to incorporate RFP Amendment # HSFEEM-12-R-0007 A00002, along with referenced attachments.  All other requirements, provisions, and clauses remain unchanged.
Added: Feb 29, 2012 2:42 pm
The purpose of this amendment is to incorporate RFP Amendment # HSFEEM-12-R-0007 A00003, along with referenced attachments.  Please note that the proposal submission date is hereby extended to 3:00 pm Eastern, March 9, 2012.  All other requirements, provisions, and clauses remain unchanged.
Added: Aug 24, 2012 8:16 am
Awarded Contract is a CPAF FFP hybrid contract to provide Training Delivery Services to DHS/FEMA's Center for Domestic Preparedness (CDP). The term of the contract is one base year with 4 option years.
Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Type:
Solicitation
Posted Date:
January 30, 2012
Description: RFP #HSFEEM-12-R-0007
Description: Attachment 1, Performance Work Statement
Description: Attachment 2, QASP
Description: Attachment 3, Wage Determination
Description: Attachment 4, Statement of Equivalent Hires
Description: Attachment 6, Work Attire
Description: Attachment 7, Workplace Safety and Health Policy
Description: Attachment 8, Accident Incident Report Procedure
Description: Attachment 9, CERP
Description: Attachment 10, CTAS Information
Description: Attachment 11, CDP Document Guidelines
Description: Attachment 12, Schedule of Deliverables
Description: Attachment 13, EOP COOP Plan
Description: Attachment 5, Visitor Access Directive
Description: Attachment 14, COBRATF ERP
Description: Attachment 15, Vehicle List
Description: Attachment 16, GFE
Description: Attachment 17, GFE by Region
Description: Attachment 18, Vehicle Management Procedures
Description: Attachment 19, Government Facilities Layout
Description: Attachment 20, FY2011 Resident Calendar
Description: Attachment 21, Resident Class Schedules
Description: Attachment 22, POI List One
Description: Attachment 23, POI List Two
Description: Attachment 24, POI List Three
Description: Attachment 25, POI List Four
Description: Attachment 26, POI List Five
Description: Attachment 27, POI List Six
Description: Attachment 28, Resident Training Data
Description: Attachment 29, Non Resident Training Exhibit
Description: Attachment 30, Standards Document
Description: Attachment 31, COBRATF Student Information
Description: Attachment 32, NDPC ICP
Description: Attachment 33, NTED Course Review and Approval Process
Description: Attachment 34, NTED 3rd Party SME Reviews
Description: Attachment 35, Devices Fabrication
Description: Attachment 36, CDP Heat and Cold Stress Plan
Description: Attachment 37, Fire Prevention Plan
Description: Attachment 38, COBRATF Safety Plan
Description: Attachment 39, Risk Analysis Planning
Description: Attachment 40, Course Risk Levels
Description: Attachment 41, Past Performance Questionnaire
Description: Attachment 42, Performance Evaluation Plan
Description: Attachment 43, OMB SF LLL

Questions & Answers # 1

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Posted Date:
February 22, 2012
Description: Questions and Answers # 1

Solicitation 2

Type:
Solicitation
Posted Date:
February 22, 2012
Description: Revised Attachment 41 - Past Performance Questionnaire

Amendment 1

Type:
Mod/Amendment
Posted Date:
February 24, 2012
Description: RFP Amendment # HSFEEM-12-R-0007 A00001
Description: HSFEEM-12-R-0007 Attachment 44, CDP Radiation Safety Program
Description: HSFEEM-12-R-0007 Attachment 45, CDP Main Complex Evacuation and Accountability Procedure
Description: HSFEEM-12-R-0007 Attachment 46, CDP NTF Evacuation and Accountability Procedure
Description: HSFEEM-12-R-0007 Questions and Answers # 2
Description: HSFEEM-12-R-0007 Site Visit Attendance List

Amendment 2

Type:
Mod/Amendment
Posted Date:
February 27, 2012
Description: Amendment 2

Amendment 3

Type:
Mod/Amendment
Posted Date:
February 28, 2012
Description: RFP Amendment # HSFEEM-12-R-0007.
Description: HSFEEM-12-R-0007 - Questions and Answers # 3

Amendment 4

Type:
Mod/Amendment
Posted Date:
February 29, 2012
Description: RFP Amendment # HSFEEM-12-R-0007 A00003
Description: HSFEEM-12-R-0007 Questions and Answers # 4
:
Office of Acquisition Management
16825 South Seton Avenue
Emmitsburg, Maryland 21727
United States
:
61 Responder Drive
Anniston, Alabama 36205
United States
:
James D. Suerdieck,
Contract Specialist
Phone: 301-447-7244
:
Gary Patrick Topper,
Contracting Officer
Phone: 301-447-7280

No comments:

Post a Comment