Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

M -- Synopsis/Solicitation for Hand to Hand Combative Training

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-04-Q-0046
 
Response Due
3/29/2004
 
Archive Date
5/28/2004
 
Point of Contact
shirley.banks, 270-798-7200
 
E-Mail Address
Email your questions to ACA, Fort Campbell
(shirley.banks@campbell.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes ar e being requested and a written solicitation will not be issued. Solicitation number W91248-04-Q-0046 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular 01-20. Acquisition is set aside for small business concerns. The NAICS Code is 611699 and the small business size standard is $6,000,000. The Offer Schedule (contract line item number(s), items, quantities, and units of measure), Performance Work Statement (PWS), and Wage Determination 94-2187 can be accessed at website http://www.campbell-doc.army.mil. Performance period is for one (1) 12-Month Period. Performance is required to start on or about 1 April 2004. The provision at 52.212-1 Inst ructions to Offerors Commercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted; Paragraph (b)(10), the following text is added, Submit names and addresses of proposed primary and alternate instructors wit h one (1) copy of the following documents: 6th Degree Black Belt or higher certification in Judo and a 4th Degree Black Belt or higher certification in Ju-Jitsu (for the proposed primary instructor); Level 3 Certification or higher ranking from the U.S. A rmy Infantry School in Combatives and be belted in Brazilian Ju-Jitsu (for the proposed secondary instructor); documentation showing both the primary and alternate instructors experience in teaching Martial Arts to military and or law enforcement personnel ; financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of the services provided the length of the contract or agreement, and the dollar value. This information will be used to determine responsibility for the successful offeror. This provision is further addended to incorporate 52.252-1 Solicita tion Provisions Incorporated by Reference (Fill in information - www.gsa.gov); 52.216-1 Type of Contract (Fill in information, firm fixed price; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 Evaluation Commercial Items is applicable; evaluation factors are Technical (consisting of Qualifications and Availability) and Price. Qualifications sub-factor is slightly more important than Availability sub-factor; when Qualifications and Availability are combine d, Technical Factor is significantly more important than Price. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non price related factors. Th e successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations a nd Certifications Commercial Items, and DFARS Provision 252.212-7000 Offeror Representations and Certifications Commercial Items, with offers. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition, and is adde nded to incorporate the following clauses: 52.219-6 Notice of Total Small Business Set Aside; 52.228-5 Insurance Work on a Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fillin information www.gsa.gov); 252.201-70 00 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252-242-7000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditi ons Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electron ic Funds Transfer Central Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill in information: Employee Class, Monetary Wages Fringe Benefits: Instructor, $19.28 - $2 .61). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable : 252.232-7000 Electronic Submission of Payment Requests; 252.243-7002 Certification of Requests for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. See Note 1. Offers are due not later than 4:00 P.M. 29 March 2004. All responsible concerns may submit an offer which will be considered by the agency. Submit offers to Army Contracting Agency Southern Region, Directorate of Contracting, ATTN: June Fle tcher-Schiewe, 2172 13 and one half Street, Fort Campbell, KY 42223-5358. Point of Contact is Ms. Fletcher-Schiewe, 270-798-3441, schiewej@campbell.army.mil. OFFER SCHEDULE UNIT OF UNIT TOTAL CLIN DESCRIPTION QUANTITY ISSUE PRICE PRICE 0001 Hand to Hand Combative Training 12 Months $________ $________ PERFORMANCE WORK STATEMENT (PWS) Hand to Hand Combative Training C.1 BACKGROUND. The 5th Special Forces Group (Airborne) deploys to provide support throughout the Middle East, the former Soviet Unit countries, and Northern Africa. The motto of the 5th Special Forces Group: To liberate the oppressed. Deployment may be required within 24 hours to any of their supported locations. The mission of the 5th Group requires expert personnel with special skills, training, and experience. It is critical for these personnel to attain and maintain a very high level of combat sk ills. C.1.1 The 5th Special Forces Group requires specialized training in Offensive and Defensive Hand to Hand Combative fundamentals to safeguard their own lives and those they work with in order to complete their mission. C.1.2 SCOPE OF WORK. Contractor shall provide Hand to Hand Combative Training to personnel in the 5th Specialal Forces Group (Airborne). Training shall include both lethal and nonlethal techniques to improve skills in combat and noncombat situations. Tr aining shall be conducted while soldiers are wearing all standard tactical and Ballistic Protective Equipment as well as standard attire. The objective of this training is for these soldiers to become exceptionally proficient so as to engage in hand to ha nd combat with multiple attackers and emerge with favorable outcomes. C.1.2.1 Specific combative program required are Judo, Ju-Jitsu, Army Combatives, and competition fighting training. C.1.2.2 Contractor shall provide one primary instructor with a 6th Degree Black Belt or higher ranking in Judo and a 4th Degree Black Belt or higher ranking in Ju Jitsu and one instructor with a Level 3 Certification or higher ranking from the US Army Infa ntry School in Combatives and be belted in Brazilian Ju Jitsu w ith the following background, qualifications, and certifications: C.1.2.2.1 Degrees shall be through an international Martial Arts Federation and/or the US Army Infantry School in Combatives. This ranking substantiates the instructors advanced technical abilities, knowledge, capabilities and expertise. C.1.2.2.2 Occupational Martial Arts Instructor. This ensures the instructors?????? competence and physical skills and the ability to teach and train students. It also demonstrates commitment to the Martial Arts. C.1.2.2.3 Experience in teaching Martial Arts to military and/or law enforcement personnel. C.1.3 PLACE OF PERFORMANCE. Performance will be primarily at Fort Campbell, Kentucky. C.1.4 HOURS. Must be available 5 days a week for the performance period. Must have flexible periods of instruction throughout the day. Work will not be required on weekends and Federal holidays unless coordinated in advance to meet mission requirements. Normal duty hours shall be 6:30 A.M. to 3:30 P.M. Monday through Friday. These duty hours may require adjusting due to the unpredictability of mission requirements and unknown events. C.1.5. INSTALLATION ACCESS. Contractor personnel operating a privately owned vehicle (POV) on Fort Campbell, KY shall comply with the installation requirement of registering vehicles operated on post. State registration, proof of insurance, and a valid d river??????s license are required in order to register a POV. Personnel are required to register through the Provost Marshall??????s Office, Vehicle Registration, Building A5004. Vehicle passes and decals of terminated employees shall be returned to the Provost Marshal within one (1) workday. Implementation of the AVIDS BAR CODE SYSTEM for entry to the installation is ongoing. Contractors should have a bar code either on a card of their choice, or the card Force Protection provides. The bar code when s canned will display personal information and a photo. If the bar code is EXPIRED, the scanner will reflect that. The new laminated cards are being issued at Gate 4, Vehicle Registration, (270) 798-5047. Contractor employees who are retired military or d ependents and have a valid DoD ID card do not need a bar code. C.1.5.1 Fort Campbell military installation is a limited access post with controlled gate openings and closures. Changes to gate operating times are normally published in the Fort Campbell Screaming Eagle Bulletin. Unscheduled gate closures by the Militar y Police may occur at any time, and personnel entering or exiting the installation may experience a delay. Contractor and privately owned vehicles (POVs) on the installation are subject to search at any time. C.1.6 PERSONNEL. C.1.6.1 The contractor shall not allow any employee who has possession of or who is under the influence of alcohol or other illegal substances to perform work. Government rules, regulations, laws, directives and requirements that are issued during the co ntract term relating to law and order, administration and security on the installation shall be applicable to all contractor employees or representatives who enter the installation. Violation of such rules, regulations, laws, directives or requirements sh all be grounds for removal (permanent or temporary as the Government determines) from the work site by the Contracting Officer. C.1.6.2 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 m ission of the installation and its population. C.1.6.3 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; nor shall the contractor employ any person who is an employee of the Department of t he Army, either military or civilian, unless such person seeks and receives approval in accordance with Joint Ethics Regulation DOD 5500.7-R. C.1.6.4 Employees shall be able to read, write, speak and understand English. C.2 DEFINITIONS/ACRONYMS. C.2.1 Contracting Officer. A person with the authority to enter into, administer and/or terminate contracts and make related determinations and findings. C.2.2 Contracting Officer??????s Representative (COR). An individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. The COR is not authorized to make any commitments or changes th at will affect price, quality, quantity, delivery, or any other term or condition of the contract. C.2.3 Government Furnished Property. Property (equipment, materials) in the possession of, or directly acquired by, the Government and subsequently made available to the Contractor. C.2.4 Performance Assessment Plan. Plan used by the Government for monitoring contractor performance. C.2.5 Quality Assurance. Various functions, including inspection, performed by the Government to determine whether a contractor has fulfilled the contract obligations pertaining to quality and quantity. C.2.5 Quality Control. Those actions taken by a contractor to control the procedures and processes for services to ensure that those services meet contract requirements. C.2.2 ACRONYMS. AR Army Regulation DoD Department of Defense C.3 GOVERNMENT FURNISHED PROPERTY AND SERVICES. C.3.1 Military unique organizational clothing and individual equipment (i.e., uniforms, canteens, load bearing equipment, helmet, gas mask). Upon receipt of organizational clothing and individual equipment, the contractor employee shall assume responsibil ity and accountability for these items. The Government will repair or replace any damaged military equipment or materials. All issued organizational clothing and individual equipment shall be returned to the Government. The contractor shall reimburse th e Government for organizational clothing and individual equipment lost or damaged due to contractor negligence. This equipment and materials will be hand receipted to the contractor. C.3.2 Training areas and equipment required for the combative training. The Government will maintain the training areas and repair or replace the equipment. C.4 CONTRACTOR FURNISHED ITEMS. C.4.1 Training records and certificates of completion. Submit to the COR within 5 calendar days of completion of training. C.5 SPECIFIC TASKS. C.5.1 Contractor shall provide Hand to Hand Combative Training, to include both lethal and nonlethal techniques. Training shall be conducted while soldiers are wearing all standard tactical and Ballistic Protective Equipment and normal attire. The object ive of this training is for these highly skilled teams of military experts to become exceptionally proficient so as to engage in hand to hand combat with multiple attackers, avoid being taken to the ground but if taken, recover immediately to a standing po sition, and emerge with favorable outcomes. These soldiers must be able to engage multiple attackers at all times. C.5.2 Provide blocks of instruction over the requested period in Judo, Ju Jitsu, Army Combatives, and competition fighting to requesting Operational Detachment Alphas (ODAs) made up of approximately twelve (12) team members and support sections made up of approximately 20 soldiers. C.5.2.1 Provide additional blocks of training to individuals excelled in training. This training shall be subsequent to the base blocks. This training shall focus on advanced lower quadrant kicks, strikes and joint breaks. C.5.2.2 Techniques and skills instructed shall be adaptable and adjusted to each ODAs or sections skill level and specific mission requirements. C.5.3 Areas of instruction shall include: C.5.3.1 Defensive and Offensive actions relating to ha nd strikes (letal and nonlethal application) instruction demonstrating where to strike and the resulting effects. All hand strikes shall be applicable with the weapons retention techniques instructed. C.5.5.2 Lower body quadrant kicks that break and incapacitate the threat on the ankle, knee and abdominal region and are performed while wearing all military equipment. They shall be performed in confined areas as well as open areas. C.5.5.3 Fundamental kicking defense that counters the front kick, roundhouse and abdominal kicks and simultaneously allows the defender to control the threat. C.5.5.4 Breaks and or Locks that are not strikes or kicks that allow the soldier to manipulate the assailant in order to kill or subdue the assailant. The techniques must be applicable in confined spaces and work instantaneously to allow the soldier to d eal with multiple assailants. C.5.5.5 Throws that allow the soldier to eliminate a threat if attacked from behind or initiate a throw to eliminate an assailant. C.5.5.6 Ground fighting recovery instruction that allows the soldier to instantaneously gain the advantage if he is taken or falls to the ground so he can immediately return to his feet and will not be exposed to multiple attackers. The ground fighting t echniques shall directly relate to the standing hand and kicking techniques to reduce the complexity of the combatives system being employed and increase the soldiers ability to immediately apply the techniques. C.5.5.7 Physical Conditioning. The combatives program shall also include activities to increase the soldiers ability to apply the skills by incorporating related strength and endurance conditioning. C.5.5.8 Instruction and training on target points on the human body and the effects of striking these points shall be provided. C.6 REFERENCES. C.6.1 Department of Defense (DoD) Acquisition Deskbook Supplement: Contractor Support in the Theater of Operations (http://web2.deskbook.osd.mil/data/001qzdoc.doc).
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 and one half & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00553278-W 20040326/040324224445 (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.