Active Shooter Full-Scale Exercise Support

Agency: Summit County
State: Colorado
Type of Government: State & Local
Category:
  • 15 - Aircraft and Airframe Structural Components
  • U - Education and Training Services
Posted: Mar 22, 2024
Due: Apr 12, 2024
Publication URL: To access bid details, please log in.
Bid Title: Active Shooter Full-Scale Exercise Support
Category: Emergency Management
Status: Open

Publication Date/Time:
3/22/2024 8:00 AM
Publication Information:
Summit County Journal and Summit Daily News
Closing Date/Time:
4/12/2024 1:00 AM
Submittal Information:
Summit County Emergency Management Dept, 501 N. Park Ave., P.O. Box 210, Breckenridge, CO 80424
Bid Opening Information:
3:00 AM on Fri., Apr 12, 2024
Contact Person:
Brian Bovaird, 970-485-5339, brian.bovaird@SummitCountyCO.Gov
Business Hours:
Monday - Friday (9am - 5pm)
Related Documents:

Attachment Preview

REQUEST FOR PROPOSALS
for
Active Shooter Full-Scale Exercise Support
March 22, 2024
Proposals Due:
April 12, 2024, no later than 1:00 p.m. MST/MDT.
Overview
Summit County Government (“County”) is soliciting bids from qualified contractors to organize, conduct, and
evaluate an active shooter/mass casualty incident full-scale exercise. The exercise will be conducted in accordance
with the Homeland Security Exercise and Evaluation Program (HSEEP) and Advanced Law Enforcement Rapid
Response Training (ALERRT) guidelines.
As part of our commitment to preparedness and response, the Summit County Sheriff’s Office recognizes the critical
need to conduct comprehensive exercises to enhance our capabilities in responding to active shooter/mass casualty
incidents. This full-scale exercise will simulate a realistic scenario to assess our emergency response procedures,
coordination, and communication among various stakeholders.
Copies of the request are available at www.SummitCountyCO.gov under ‘Bids & Proposals’ or by request at the
Summit County Sheriff’s Office. Contact Brian Bovaird, Director of Emergency Management, for additional project
information at brian.bovaird@summitcountyco.gov or 970.668.2982.
Scope of Services
This project will be a joint venture to include Summit County departments, the Summit School District, all fire
districts and law enforcement agencies located within the county, the local hospital and other key stakeholders.
Contractor shall furnish all labor, transportation, and incidentals necessary to perform all required activities for the
full-scale active shooter exercise.
Project management duties shall include, but not be limited to:
Conducting virtual meetings, as necessary, to discuss the project, analysis assumptions, analysis results,
and community outreach. This includes preparation of meeting materials (e.g., meeting agenda, invite,
presentation slides, meeting minutes);
Regular meetings with the Summit County Director of Emergency Management to discuss ongoing tasks,
schedule, and budget;
Assisting with design of a realistic active shooter scenario that aligns with HSEEP/ALERRT guidelines
that addresses the specific needs and vulnerabilities of our community;
Coordinating with local law enforcement agencies, emergency medical services, fire departments,
schools, hospitals, and other relevant stakeholders to ensure their participation in the exercise;
Developing exercise objectives, participant roles, and evaluation criteria in consultation with the Summit
County Sheriff’s Office Emergency Management Division;
Conducting pre-exercise planning, briefings and trainings for participants to ensure their understanding of
roles and responsibilities;
In person facilitation of the exercise on the designated date, including scenario execution, inject delivery,
and coordination of response activities;
In person collection of data and feedback during the exercise to evaluate performance and identify areas
for improvement;
Conducting a virtual after-action conference, to solicit feedback from participants and stakeholders;
SCG Version 02.22
Development and administration of an online feedback form to supplement the after-action conference
feedback; AND
Producing an after-action report (AAR) that includes findings, recommendations, and lessons learned
from the exercise. The format of the AAR should be structured through the use of Federal Emergency
Management Agency (FEMA) Mission Areas and Core Capabilities.
Work shall be completed as set forth in a contract for this project to be negotiated with the County based upon the
contractor’s written proposal.
Date and time of service
Service will be performed on an ongoing daily basis beginning on April 29, 2024. Service will be performed on a
regular daily schedule (Monday through Friday) to be agreed upon prior to contract. Potential schedule should be
included in contractor's written proposal.
Indemnification and Insurance
Contractor shall indemnify and hold harmless the County from and against all claims, damages, losses, and expenses
arising out of or resulting from acts or omissions of the Contractor, Contractor’s sub-contractors or otherwise arising
out of the performance of services by Contractor. No later than seven (7) days following the execution of an
Independent Contractor Agreement between the County and Contractor, the Contractor shall provide the County with
certificates of insurance evidencing the types and amounts of insurance specified below:
a. Worker’s Compensation and Employer’s Liability:
i. Worker’s Compensation must be maintained with the statutory limits.
ii. Employer’s liability is required for minimum limits of:
$1,000,000 Each Accident
$500,000 Disease Policy
$1,000,000 Disease Each Employee
b. Commercial General Liability:
i. $1,000,000 Each Occurrence
ii. $2,000,000 General Aggregate
iii. $2,000,000 Products Completed Operations Aggregate
c. Automobile Liability: Contractor will maintain business auto liability coverage covering liability
arising out of any auto (including owned, hired and non-owned autos) used in the performance of
services under this Agreement.
i. $1,000,000 Combined Single Limit Each Accident
Insurance coverage shall not be reduced below the limits described above or cancelled without the County’s written
approval of such reduction or cancellation. Certificates of such insurance, of agents and subcontractors, shall be
provided to the County upon request. With regard to all insurance, such insurance shall:
Be primary insurance to the full limits of liability herein before stated and, should County have other valid
insurance, County insurance shall be excess insurance only; and
Not cancelled without thirty (30) days prior written notice to the County.
Proposal Format
Costs for performing services outlined in this request for proposals shall be clearly stated to allow the County to
effectively evaluate each proposal. Potential daily schedule of services should also be included.
Refinements and Improvements
Applicants should feel free during the proposal submission process to provide any suggestions or comments that might
be advantageous for the County to consider in terms of any efficiencies, issues or processes. The County is not
SCG Version 02.22
committed to any single scenario, but efficiency of resources and minimizing impacts are critical in completing this
work.
The following pages contain the RFP instructions and owners requirements.
Part I - ADMINISTRATIVE INFORMATION
A. Issuing Officer
This Request for Proposals (“RFP”) is issued by the Summit County Sheriff’s Office. For questions, please contact
Brian Bovaird, Director of Emergency Management, at brian.bovaird@summitcountyco.gov or 970.668.2981.
B. Purpose
This RFP provides prospective contractors with sufficient information to prepare and submit proposals for
consideration by the County. To be considered responsive, each proposal must provide for completion of the tasks
outlined in the RFP.
C. Scope
This RFP contains the instructions governing the proposals to be submitted and the materials to be included therein.
These are mandatory requirements that must be met to be eligible for consideration.
D. Scheduling
Proposals must be submitted via email to brian.bovaird@summitcountyco.gov by April 12, 2024, no later than 1:00
p.m. MST/MDT. The proposal should outline the schedule for commencement of service.
E. Inquiries and Questions
Prospective applicants are welcome to make inquiries and ask questions concerning the RFP to obtain clarification of
the any requirements or schedule a site visit to the properties. Direct all inquiries to:
Brian Bovaird, Director of Emergency Management
Summit County Sheriff’s Office
970.668.2981
brian.bovaird@summitcountyco.gov
Time Schedule:
Friday, March 22, 2024, Request for Proposals publicly advertised and posted on County website.
Monday, April 8, 2024, Deadline for all questions.
Wednesday, April 10, 2024, All questions, comments and responses to questions posted by the County at Bids
and Proposals on www.SummitCountyCO.gov
Friday, April 12, 2024, Proposals must be submitted via email to brian.bovaird@summitcountyco.gov
no later than 1:00 p.m. MST/MDT.
Friday, April 12, 2024, Official Bid Opening at 3:00 p.m.
Tuesday, April 16, 2024, Interview with short-listed proposers if necessary
Monday, April 22, 2024, Contract negotiations (week of)
Friday, April 26, 2024, Notice of Award and send unsuccessful bidder letter (email) to all proposers
SCG Version 02.22
F. Instructions for Submission of Proposals
It is imperative, when submitting a proposal, that the outside of the submission email be addressed as follows and with
appropriate text in the email subject line and text in the top few lines of the body of the email:
Email Address:
brian.bovaird@summitcountyco.gov
Subject Line Text:
<Vendor’s Name> - Proposal for: Active Shooter Full-Scale Exercise Support
Body Text:
ATTN: Brian Bovaird, Director of Emergency Management
Summit County Sheriff’s Office
Proposal for: Active Shooter Full-Scale Exercise Support
1. Contractor's company name
2. Contact name and phone number
G. Late Proposals
It is the responsibility of each vendor submitting a proposal to ensure that emailed proposals arrive to the Summit
County Sheriff’s Office by April 12, 2024, no later than 1:00 p.m. MST/MDT.
H. Proprietary Information
Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself.
I.
Response Material Ownership
All materials submitted regarding this RFP become the property of the County and will only be returned at the County's
option.
J. Incurring Costs
The County is not liable for any costs incurred by those who have submitted proposals prior to issuance of a signed
contract.
K. Acceptance of Proposal Content
The contents from the selected contractor’s proposal will become contractual obligations if a subsequent agreement is
reached. Failure of the successful contractor to accept these obligations may result in cancellation of the award and
such contractor may be removed from future solicitations.
L. Acceptance Time
The County intends to make a proposal selection within 20 business days after the closing date for receipt of proposals.
M. Budget
Costs for performing services must be included in the proposals and should be clearly stated to allow the County to
effectively evaluate each proposal.
PART II PROPOSAL CONTENT
The proposal submitted must clearly address the requirements outlined in the RFP. Any concerns that the contactor
may have about meeting these requirements shall be specifically identified in the proposal.
SCG Version 02.22
Scope of Work
Provide an outline of the contractor’s understanding of the project. Summarize the basic approach to providing the
services, and any recommendations on improving efficiencies in the process.
Qualifications
Contractor shall furnish a summary of experience on similar projects and be prepared to provide examples. Include a
brief description of past and current projects. Each summary shall include a brief project description and name, address
and phone number of a local contact person involved in the project. The statement of qualifications should also provide
a summary of contractor's ability to successfully complete the requirements of this RFP. The statement of qualification
shall be brief but shall include at a minimum the following:
1. Description of similar projects
2. Capabilities (including equipment) and staff.
3. Proposed methodology that outlines the approach, tools, and resources you will employ to conduct the
assessment and develop recommendations
4. Description of the qualifications, expertise, and experience of the team members who will be involved in
executing the project.
PART III – PROPOSAL EVALUATION AND SELECTION
The County intends to engage the most qualified contractor available for this assignment while minimizing the costs
to the County. Responsiveness to the RFP will be a principle basis for evaluation. Proposals shall provide a
straightforward and concise presentation adequate to satisfy the requirements of the RFP. The proposal should clearly
express the contractor's understanding of the County's specific requirements, indicating the contractor's qualifications
to conduct this service in a thorough and efficient manner.
Failure to disclose a conflict of interest is a misdemeanor criminal offense under Colorado Law. Such conflict may
arise if any public official exercises any substantial discretionary function in connection with a government contract,
purchase, payment or other pecuniary transaction without necessary disclosures as defined by Colorado Revised
Statutes (C.R.S.) Section 18-8-308 as amended.
Selection Process.
1. The County reserves the right to reject any and all proposals, to consider alternatives, to waive irregularities
and to re-solicit proposals.
2. The County reserves the right to conduct such investigations of, and discussions with, those who have submitted
proposals (“Proponents”) or other entities as it deems necessary to assist in the evaluation of any proposal or to
secure maximum clarification and completeness of any proposal.
3. All proposals submitted must be valid for a minimum period of ninety (90) days after the date of the proposal
opening. Each Proponent must submit with the proposal a list of all subcontractors, independent contractors or
sub-consultants employed or proposed to be employed by the Proponent in the performance of the contract.
4. Selection of a contractor will be made at the sole discretion of the County. The County may consider the
following criteria when evaluating proposals that includes but is not limited to:
a. Cost;
b. The reputation, experience and efficiency of the Proponent;
c. The ability of the Proponent to perform the contract or provide the goods and services within the time
specified;
d. The comparative quality of the goods and services bid;
SCG Version 02.22
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow NREL Space Assessment Active Contract Opportunity Notice ID SS-2024-3003 Related Notice Department/Ind.

Federal Agency

Bid Due: 12/18/2024

Follow NAF OFF BASE PRIORITY CHILD CARE REFERRALS Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 8/30/2028

Follow NISSC II Follow-on Industry Day Active Contract Opportunity Notice ID FA8723-24-R-0003 Related

Federal Agency

Bid Due: 12/12/2024

Solicitation number Status Due Description Attachments 119-24 Active 10/30/2024 5:00 PM City of

City of Thornton

Bid Due: 10/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.