Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2003 FBO #0637
SOLICITATION NOTICE

U -- Close Combat Instruction

Notice Date
8/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-03-T-0056
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345, - Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
sutherlj@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command has a requirement to purchase Basic Close Combat Instructor training in the Linear Infighting Neurological Override Engagement (LINE) system in support of the Special Forces Qualification Course for the period 1 October 2003 through 30 September 2004. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Bids are being requested and a written solicitation will not be issued. This procurement is 100% Small Business Set Aside. Award will be made on the Best Value to the Government considering demonstration of capability to provide required training, Past Performance, and Price. These factors are in descending order of importance. Price becomes more important as the rating of the other factors becomes equal. The proposal shall have detailed information the concept and description of the proposed training course. Information shall contain sufficient detail to allow for evaluation. STATEMENT OF WORK: C.1. GENERAL C.1.1 SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services necessary to perform ?LINES? Close Combat Instructor Training Courses to certify 1st Special Warfare Training Group (1st SWTG) cadre instructors as Close Combat Instructors during the base period 1 October 2003 through 30 September 2004 as defined in this Performance Work Statement (PWS) except as specified in Section C.1.8 as Government furnished property and services at Fort Bragg, North Carolina. C.1.2. BACKGROUND INFORMATION. C.1.2.1. The 1st SWTG is designated as the US Army proponent for selecting and training US Army Special Forces and other US Special Operations soldiers. ?LINES? training has been incorporated into this training in varying degrees since about 1998. ?LINES? is currently the standard unarmed combat system taught within the Special Forces training pipeline. C.1.3. PERSONNEL. C.1.3.1. Contract Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate(s) who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager may be one of the working employees under the contract. C.1.3.1.1. The contract manager or alternate shall be available during hours of operation. C.1.3.1.2. The contract manager and alternates(s) must be able to read, write, speak, and understand English. C.1.3.2. Employees: The Government has the right to restrict the employment under the contract of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. C.1.3.2.1. The contractor shall ensure that employees have the following current and valid professional certifications before starting work. The Contractor shall certify all Contract employees as being able to provide ?LINES? training and certify 1st SWTG personnel as basic and advanced ?LINES? instructors. C.1.3.2.2. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. Determination of conflict of interest will rest with the US Government. C.1.3.2.3. The contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. Their absence at any time shall not constitute an excuse for non-performance under this contract. C.1.3.3. Employee Training. Contract employees must be trained and certified by CCI to be able to provide ?LINES? training and certify 1st SWTG personnel as basic and advanced ?LINES? instructors. C.1.4. QUALITY ASSURANCE. The Government will evaluate the contractor's performance under this contract using the observation as the method of surveillance. The Government will record all surveillance observations. When an observation indicates defective performance, the COR will request the contractor's representative to initial the observation. C.1.4.1. Performance Evaluation Meetings. The contract manager shall meet with the Contracting Officer's Representative as often as necessary as determined by the Contracting Officer. C.1.5 HOURS OF OPERATION. C.1.5.1. Hours of Performance. Mission requirements of the various 1st SWTG units require different schedules. The contractor shall conduct courses according to one of the following two schedules, as requested by the Government. Two-week courses will generally be conducted from 0900 ? 1200, and 1300 ? 1500, Monday thru Friday for two weeks. Four-week courses will generally be conducted 0600 ? 0800, Monday thru Friday for four weeks. Testing and evaluation of Special Forces pipeline students will be coordinated between CCI and 1st SWTG cadre. C.2. DEFINITIONS, ACRONYMS AND APPLICABLE DOCUMENTS C.2.1 STANDARD DEFINITIONS (with the applicable acronym). C.2.1.1. Customer Complaint. A means of documenting certain kinds of contract service problems. This is a Government program that is explained to every organization that receives service under this contract. It is used to evaluate a contractor's performance. C.2.1.2. Quality Assurance. Those actions taken by the Government to assure services meet the requirements of the Performance Work Statement (PWS) and all other service outputs. C.2.2. TECHNICAL DEFINITIONS PECULIAR TO THIS PWS. C.2.2.1 ?LINE? or ?LINES?. Linear Infighting, Neural-overide Engagement System close combat system developed by Mr. Donvito and the system of instruction derived from this close combat system. C.3. REQUIREMENTS. C.3.1. The contractor shall provide a minimum of four and a maximum of eight 50-hour basic close combat instructor course(s), capped at 25 students, or 50-hour advanced close combat instructor course(s), capped at 20 students, for SWTG permanent party cadre, as requested by the 1st SWTG. The contractor shall supervise all training provided by the 1st SWTG cadre to phase II students. The contractor shall perform to the standards in this contract. The government reserves the right to exercise annual renewal of this contract for a period of four years after the base period. C.3.2. The Contractor shall provide a trained and qualified employee at every training session during Phase II to oversee the training. The Contractor shall conduct all testing, evaluation, and refresher training as required, in order to certify Special Forces pipeline students as Basic ??LINES?? Instructors. Contractor will certify a minimum of 1000 Special forces pipeline students as Basic ?LINES? Instructors. C.3.3. To support this concept of the operation, the Contractor shall provide basic and advanced instructor training and certification to 1st SWTG cadre. 1st SWTG cadre provide ?LINES? (?LINE? 1-6) training to Special Forces pipeline students, under the direct supervision of CCI. C.3.3.1. 1st SWTG Cadre teaches ?LINES? 1-6 to phase II classes, under the direct oversight of the Contractor. C.3.3.2. 1st SWTG Cadre reinforces and retrains ?LINES? 1-6 during phase III. C.3.3.3. The Contractor shall certify Special Forces pipeline students as Basic ?LINES? Instructors as students are ready. This will normally occur in Phase V, but may occur as early as phase III. C.3.2. The contractor shall provide a take-home package which shall include; all lesson plans and training materials to develop a training program to sustain the techniques taught in the basic and advanced close combat instructors courses. C.3.3. The contractor shall provide remedial training to any student identified as requiring remedial training in the evenings at a local facility. C.3.4. The contractor shall permit all SWTG personnel to train at a local facility free of charge, in any civilian regular martial arts classes during PT hours and during normal hours of operation, based on class load. C.4 COURSE SCHEDULE. C.4.1 Tentative Phase II Student Course Schedule C.4.1.1 2 Nov - 15 Dec 03 C.4.1.2 18 Feb - 30 Mar 04 C.4.1.3 5 May - 15 Jun 04 C.4.1.4 11 Aug - 21 Sep 04 C.4.2 Cadre Course Schedule. This is a tentative schedule only, and reflects the minimum number of four cadre courses. Exact numbers of courses and dates will be coordinated between CCI and the 1st SWTG(A). C.4.2.1 27 Oct ? 21 Nov 03 C.4.2.2 5 ? 30 Jan 04 C.4.2.3 8 Mar ? 2 Apr 04 C.4.2.4 2 ? 27 Aug 04 This action is issued as a Request for Proposal (RFP). Invoices shall be submitted in original and three (3) copies to: Defense Finance and Accounting Service, PO Box 934450, 2500 Leahy Avenue, Orlando, FL 32893-4400. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial; 52-212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items apply to this requirement; DFARS 252.212.7000, Offeror Representations and Certifications - Commercial Items apply to this requirement. The clauses at FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; DFARS 252.212.7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this requirement. Additionally, within FAR 52.212-5 the following clauses are applicable: 52.203-6 AI, 52.222-26, 52.222-35, 52.222.36, 52.222.37, 52.225-3,52,225-9, 52.225-18, 52.225-19, 52.225-21, 52.247-64 apply. Copies of all provisions/clauses in full text will be furnished upon receipt of a written request or may be obtained on the following website: http://farsite.hill.af.mil/ Offerors who can furnish the required service, may submit, in writing, sufficient documentation to determine that the proposed course meets the Statement of Work addressed above and complete pricing for each course iteration. All responses must be received not later than 15 September 2003 in order to be considered. Proposals are to be delivered to US Army Special Operations Command, ATTN: AOCO, Building E-2929, Desert Storm Drive, Fort Bragg, NC 28310-5200 not later than 1400 hours 15 September 2003. This action is 100% Set Aside for Small Business under NAICS Code 611699 ($5.0 million). All responses from responsible sources submitting the required information will be fully considered. No additional synopsis will be published. Failure to provide adequate information to reflect compliance with the specifications of the required service herein will result in disqualification. Request for a solicitation will be considered nonresponsive. FAX proposals will be accepted. FAX questions may be submitted to 910/432-9345*****
 
Place of Performance
Address: Fort Bragg, North Carolina area
Zip Code: 28310
Country: USA
 
Record
SN00413051-W 20030828/030827075046 (fbodaily.com)
 
Source
FedBizOpps.gov 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.