Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

U -- Military Mobile Force Protection Training

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0014
 
Response Due
3/18/2004
 
Archive Date
4/2/2004
 
Point of Contact
Barbara Bowles, Contracting Officer/Contract Specialist, Phone 910-432-8598, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Mobile Force Protection training necessary to accomplish Mission Essential Task Lists (METL) and certification requirements in preparation for future combat deployments in support of the Global War on Terrorism. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-04-T-0014. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-20. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611699. Size Standard is $6M. This requirement is 100% set aside for small business. REQUIREMENT: The contractor shall provide all materials, facilities, labor, and supervision necessary to conduct two separate classes of 24 personnel each (total 48 personnel trained) in Military Mobile Force Protection. The Military Mobile Force Protection Program of Instruction (POI) shall include the following training: Surveillance Detection Skills; Vehicle-Borne Improvised Explosive Devices (VBIED) training; Individual Force Protection Measures; Off-Road Driving/Limited Visibility Driving; All Terrain Vehicle (ATV) training; Evasive Driving Skills; Counter Force Offensive Driving and Ramming tactics; Mounted Counter Ambush Drills; Dead Man Takeover exercises and Wounded Teammate drills; Less than Lethal Weapons training; Terminal Ballistic effects during vehicle ambushes; Field Expedient Bulletproofing; and Live Fire Vehicle Counter Ambush Drills. Training shall be designed to improve each operator?s ability to survive and counter mounted/vehicular ambushes and improvised explosive devices. The POI must be able to be taught and completed within a five-day period and shall allow the unit to use its organic individual weapons and equipment (i.e. M4, M9, Level III Body Armor/Vest, and Ballistic Helmet) during the drills and live fire exercises. Drills requiring the use of the M4 or M9 shall allow for both ball ammunition and simmunitions to be utilized. CLASS SIZE: Training shall be provided for 24 students per class. NUMBER OF CLASSES: Two. PERIOD OF PERFORMANCE: Training shall be conducted during the month of May 2004. LOCATION OF TRAINING: Training shall be conducted at a contractor-provided off-site training facility. The contractor shall propose and provide a suitable and safe location for the training. Training location and specifics shall be included in the contractor?s proposal. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: (Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required program schedule, and (2) documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting bidder shall demonstrate recent experience in the requested training and shall provide past performance information. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. Technical acceptability will be determined by the government during technical review. Contractor?s proposal shall include a detailed POI. To be considered for award, the contractor shall be have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccc.gov ). 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 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, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35; 52.219-6 Notice of Total Small Business Set-Aside; 52.204-7004, Central Contractor Registration. Additionally, DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, 18 March 2004. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bowlesb@soc.mil, however, it is the contractor?s responsibility to ensure that e-mail submissions are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 11 March 2004. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Barbara Bowles, Contract Specialist at (910) 432-8598, e-mail bowlesb@soc.mil.
 
Place of Performance
Address: HQ USASOC, FORT BRAGG, NC
Zip Code: 28310
Country: USA
 
Record
SN00537032-W 20040306/040304223907 (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.