20 October 2004
Source: http://www2.eps.gov/spg/ODA/USSOCOM/SOAL%2DKB/H92222%2D04%2DR%2D0037/Combine%20Synopsis%5FSolicitation.html


U -- Surveillance Training





General Information

Document Type: Combine Solicitation
Solicitation Number: H92222-04-R-0037
Posted Date: Jul 30, 2004
Original Response Date: Aug 30, 2004
Current Response Date: Oct 15, 2004
Original Archive Date: Oct 30, 2004
Current Archive Date: Oct 30, 2004
Classification Code: U -- Education & training services
Set Aside: Total Small Business
Naics Code: 611710 -- Educational Support Services

Contracting Office Address

Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323

Description

Under authority of 10 USC 2304(c) (1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy the Agency Requirements, The U.S. Special Operations Command intends to negotiate a five-year sole source requirements contract to Technical Surveillance Sciences, Inc., P.O. Box 9323, Pompano Beach, FL 33705.     This procurement is intended to provide USSOCOM with a readily available source to provide technical surveillance training to personnel in the United States.     This is a combined synopsis/solicitation for commercial services to perform technical surveillance curriculum development and instruction 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.     A class start date of 04 Oct 04 is anticipated. The solicitation is being issued as a Request for Proposal, solicitation number is H92222-04-R-0037, and a firm fixed price contract is contemplated. Note 22 applies.

The Government intends for this solicitation to result in award of one requirements contract (with task-orders) with CLINs for Technical Surveillance Curriculum/Instruction Services with an estimated minimum of six (6) courses that can be ordered over a five-year period.     An estimated 45 courses will be required over the life of the contract, should all options be extended.     The anticipated duration of the ordering period is from date of award for five (5) years.     This procurement is a 100% set-aside for small business. The NAICS code is 611710 and small business size standard is 500 employees.

*** BEGIN PERFORMANCE OF WORK STATEMENT (PWS) ***

Submitted proposals will be evaluated based on the following:

GENERAL.     The contractor shall provide all personnel and services necessary to perform Special Operations technical surveillance training in support of USSOCOM CONUS located units.     In particular, this contract shall cover, at a minimum, training provided to personnel of the Naval Special Warfare Command (NAVSPECWARCOM) as defined in this Performance Work Statement (PWS) and individual task orders.

1.       Types of Training: This training shall be conducted at a site approved by the Government (normally the contractor site), and includes but not limited to various types of technical and video surveillance methods and procedures.

1.1 The Contractor shall provide technical surveillance instructors to conduct courses. The Contractor''s technical surveillance instructor(s) shall provide specific technical surveillance classroom instruction, excluding weekends, federal holidays, and scheduled shutdown days .

2.       Develop technical surveillance curriculum to include (but not limited to) the following:

2.1       Vehicle entry and acquisition.

2.1.1       Latch board and Dual Tone Multi Frequency (DTMF) board training to support 2.1.

2.2       Technical surveillance Tactics, Techniques and Procedures (TTP) utilizing practical hands-on training.

2.3 Lock bypass, manipulation, picking and entry techniques

3.       Provide safe and comfortable training environment for up to 20 students to include (but not limited to):

3.1 Classroom for 20 students with electronic workstations and tools for building circuit boards and micro electronic devices.

3.2       Classroom for 10 students with locksmithing workstations for advanced locksmithing to include key making, tool making, lock fabrication and field expedient locksmith tooling.

3.3       Classroom for 10 students for advanced vehicle radio install and steering column repair instruction.     Classroom should include mock-up of late model and current vehicles with complete steering columns and wire harnesses for Asian, European and domestic cars for each student.

3.4       Access to at least 3 Vehicle scrap yards for students to investigate various vehicles wiring harnesses and steering column configurations.

3.5.       Access to Commercial fishing vessel and recreational boats for students to familiarize and dismantle electrical system and boat charging systems.

3.6       All training shall be held in the City of New Orleans, Louisiana.

4.       Lengths of Training: Course of Instruction shall be (but not limited to)

4.1       Four (4) weeks in length for initial training

4.2       Two (2) weeks in length for refresher training courses.

5.       Authorized Students. Students may be personnel from all military services, reserve components, authorized Government civilian personnel.       Prior to the scheduled class, the training unit shall furnish a class roster.

6.       Course Materials.     Prior to course commencement, the Contractor shall provide the Government with one (1) copy of the course curriculum for approval.     At class start, the Contractor shall have sufficient materials to provide each student a copy of course instruction material.     The Government shall approve supplemental training materials prior to use in class.       Reproduction of class materials shall be the responsibility of the contractor.

6.1       Tools and devices for 20 students to be able to record live video, audio, transmit audio and video by wire/microwave/UHF, Dismantle and re-install car radios and steering columns, repair dead bolt locks and pad locks, repin dead bolt locks, and a complete testing of all course material during training.

7. Prior to execution, Class scheduling shall be delineated by the Government Contracting Officer Representative (COR).         For planning purposes, the Government shall strive to provide four (4) weeks notice for new courses of instruction, one (1) week notice of increased or reduced number of sessions in all categories of service required by this contract.    

7.1 If it is determined that the minimum number of students is not available for a scheduled class the Contractor shall be given a notice to reschedule/cancel the class (excluding weekends and federal holidays) not less than 48 hours prior to the beginning of the instruction.     A course could start with a less than the minimum to meet mission requirements. An exception can be made at the discretion of the Government.     Once the course starts, the class can be cancelled at the discretion of the Government.

8. Instructional Services.       The Contractor shall provide instructors capable of teaching a wide variety of technical surveillance methods and procedures to adults.     Instructors shall be adept at working with individuals in a mentoring role as well as with small groups of students.     The contract instructors shall be adept at handling situations where there are various proficiency levels in the same class and developing strategies to meet individual students? needs.     The contract instructors shall tailor instruction to the individual needs of the students and to the mission requirements of the Government.
      
8.1 Familiarity with military topics and terminology in the Special Operations arena.

8.1.1       Knowledge of subject matter must be demonstrated by combination of education, experience, and skills.

8.1.2       Two instructors who specialize in steering column repairs for foreign and domestic vehicles.

8.1.3       Four instructors who specialize in video and audio electronics and fabrication of audio devices.

8.1.4       Two instructors who specialize in locksmithing and field fabricated locksmith tools.

8.2 The Contractor shall submit a copy of instructors' resumes.


*** BEGIN CONTRACT LINE ITEMS *** Schedule B
                                                                      Unit       Extended
                                                        Unit               Price       Price

CLIN 0001 - Develop technical surveillance curriculum ?                         _______                           ________       ________
                                         Firm Fixed Price (FFP)      

CLIN 0002 - Perform instruction IAW the developed curriculum ? ______              ________         ________
                                         Firm Fixed Price (FFP)             

CLIN 0003 - Contract Data Requirements List, DD1423                                                     (Not Separately Priced     (NSP)).    
CDRL A001 Monthly Progress Report that covers all activities during the
month on the contract? submitted monthly, contractor format is acceptable but
must cover expenditures, schedule, performance issues with the customer name
and organization stated. CDRL A002 Quality Control Plan (QCP), submitted within
15 days after award of contract ? contractor format is acceptable and will be updated
as necessary.     CDRL A003 After Action Report ? AAR is required after completion
of each course.     Contractor format is acceptable but must meet requirements
of the contract as specified by the Government Representative.
All CDRLS are electronic submission.             

** BEGIN CONTRACT CLAUSES ***

52.212-1 Instructions to Offerors;
52.212-1 Addendum - Specific Instructions to Offerors;
52.212-2 Evaluation;
52.212-3 Certifications & Representations;
52.212-4 Contract Terms & Conditions;
52.212-5 FAR Checklist to Implement Statutes;
252.212-7000 Certifications & Representations;
252.212-7001 DFARS Checklist to Implement Statutes;
52.217-5 Evaluation of Options
52.217-8 Option to Extend

***BEGIN 52.212-1 Addendum ? Specific Instructions to Offerors ***

Background:     This instruction to offerors gives specific guidance to assist in the preparation of the proposal against the Performance of Work Statement for Technical Surveillance Training Services.

Proposal Page/Format Limitation:     Limit your proposal to the following:

(i)       10 Pages - Technical
(ii)       2 Pages ? Resumes
(iii)       1 Page Per Agency ? Past Performance (Up to three (3) Agencies)
(iv)       5 Pages ? Sample Course of Instruction
(v)       Prices Per Schedule B

Other Information:     Skills and knowledge required:     Subject matter expertise in areas of training specified in the Performance of Work Statement with a sample course of instruction for this type of training.     The course of instruction shall indicate any validations (which agency) of the course in meeting the overall objectives.

Period of Performance:     Five (5) year period of performance from date of award.

*** BEGIN 52.212-2 ADDENDUM - EVALUATION FACTORS ***

(1) The first phase of the evaluation will consist of a review of the submitted proposals to determine whether or not the proposals comply with all solicitation requirements identified in the Performance of Work Statement (PWS) section of the solicitation. Failure to meet all solicitation requirements may result in elimination from further evaluation and consideration.

(2) The second phase of the evaluation will be comprised of three areas: Technical, Past Performance, and Price. The Technical Area Criteria are:     Development/Implementation of Curriculum and Demonstration of Types of Training. Technical is more important than Past Performance.     Technical and Past Performance when combined are more important than price. Offerors must note the evaluation of development/implementation of curriculum and demonstration of types of training will be essentially a subjective assessment by the technical evaluators.

Technical Evaluation:    

Curriculum Development/Implementation and Training Plans ?

a) Demonstrates and identifies experiences and core competencies with expertise in developing and
implementing Programs of Instruction (POI) using adult education methodologies.     Of particular importance is expertise in technical surveillance tactics and strategies.

b) Demonstrates the Offeror's strengths and ability to develop technical surveillance training programs of instruction.

c) Identifies a systematic plan to achieve course objectives within specified timelines and funding constraints

Demonstration of Types of Training --

a) Experiences, core competencies, tools, and proficient personnel expertise is demonstrated and identified to support the types of training stated in this solicitation.

b) Examples of such training are discussed and demonstrated in enough detail in the proposals to indicate success.    

c) The information provided demonstrates unequivocally the Offeror's strengths and ability to conduct training in the area of technical surveillance.

(4) The Past Performance evaluation includes the Offeror's performance in cost, schedule, and the administrative aspects of performance; the Offeror's history for reasonable and cooperative behavior and commitment to customer satisfaction; the Offeror's record of compliance with safety, environmental and security laws and regulations; and generally, the Offeror's businesslike concern for the interests of its customers.

(5) Although price is less important than the other evaluation factors, it is an important factor.     Cost/Price will be evaluated to determine whether the offeror understands the requirements and risks inherent in the scope of work. In addition, Cost/Price will be evaluated to determine the feasibility of performing all the terms and conditions of the offer within the total price proposed by the offeror.

Cost will be evaluated for completeness, reasonableness and a total evaluated price for the entire length of contract.     When evaluating cost, the Government will determine if:

* the proposed cost reasonable for work to be performed;
* reflect a clear understanding of the requirements of the solicitation; and
* is consistent with approaches contained in the Offeror's /technical proposal

(6) Award will be made to the offeror whose proposal represents the best value to the Government, considering the factors set forth in this solicitation.

(7) Offerors must provide data that specifically addresses all requirements in this solicitation.


***
All responsible sources may submit a proposal, which will be considered by USSOCOM.    
All communications regarding this procurement, INCLUDING all requests for technical information for Technical Surveillance Training services, must be in writing and submitted via email to Karene Spurlin at spurlik@socom.mil, with a copy to Jessica Tucker at tuckerj@socom.mil.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 24, effective as of 19 Jul 2004.

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 solicitation requirements.

The Government intends to award a contract without discussions.

Proposals are due no later than 30 Aug 2004 at 1600, Eastern Standard Time and shall be delivered as follows: Complete proposals, shall be delivered to the contracting office as follows: the proposal shall be in electronic format and submitted on a CD-ROM to HQ USSOCOM; ATTN: SOAL-KB (Karene Spurlin); 7701 Tampa Point Blvd; MacDill AFB, FL 33621; delivery POC phones: 813-828-/7347/7334.

Original Point of Contact

Karene Spurlin, Contracting Officer, Phone 813-828-7356, Fax 813-828-7504, Email spurlik@socom.mil - Jessica Tucker, Contract Specialist, Phone 813-828-7334, Fax 813-828-7504, Email tuckerj@socom.mil

Current Point of Contact

Karene Spurlin, Contracting Officer, Phone 813-828-7356, Fax 813-828-7504, Email spurlik@socom.mil - Kathleen Henderson, Contract Specialist, Phone 813-828-4820, Fax 813-828-7504, Email henderk@socom.mil

Place of Performance

Address: USSOCOM SOAL-KB (Karene Spurlin) 7701 Tampa Point Blvd MacDill AFB, FL 33621-5316
Postal Code: 33621-5316
Country: US