Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
MODIFICATION

U -- Mobile Force Protection Training

Notice Date
7/6/2004
 
Notice Type
Modification
 
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-0039
 
Response Due
7/14/2004
 
Archive Date
7/29/2004
 
Point of Contact
Barbara Bowles, Contracting Officer/Contract Specialist, Phone 910-432-8598, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 01 - Mobile Force Protection Training – SOSCOM. Amendment 01 is issued to provide answers to contractor questions. The date for receipt of proposals is not extended. QUESTION 1. Are the attendees going to be trained SF operators or current graduates from the "Q" course? ANSWER: No, the training is to be provided to support soldiers without SF training. QUESTION 2. Is it possible to extend this course by two to three days, dependent on your answer to question number 1 this may be important. ANSWER: Alternate proposals will be accepted and evaluated. Award will be made to the responsive, responsible offeror whose proposal represents the "Best Value" to the Government. QUESTION 3. What type of pistols, ammunition, holsters, and magazines are the most beneficial to have for this group? ANSWER: Pistol should be an semi-automatic in either a 9mm or .40 cal. Holsters should be a tactical type with leg straps to secure them. QUESTION 4. At what point will the contract be issued? Will it be shortly after the July 14 date? ANSWER: It is the Government's intent to issue the contract as quickly as possible with a target date within one week from closing date. QUESTION 5. If issued the contract, will it be according to the terms we normally set forth with our other government contracts, ie: we generally require a 50% deposit up front? ANSWER: Payment terms will be Net 30 with DFAS as the paying office. QUESTION 6. Additionally, we generally price by student, however, it was requested that we price out for 18 students...is that the price, regardless of how many students actually attend? ANSWER: It is the Government's intent to send all 18 students however, price should be quoted per student. QUESTION 7. Per # 3B, the class will be scheduled between July and September. Will the 6 day period for school be mutually agreed upon date, a date decided on by the government, or flexible? ANSWER: The contractor shall propose available dates in an effort to reach a mutually agreed upon date. SOLICITATION- Mobile Force Protection Training – SOSCOM. The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Mobile Force Protection training in accordance with the Statement of Work herein. 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-0039. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24. 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: 1. Scope. The Contractor shall provide all services and supplies necessary to provide the Antiterrorism/Force Protection (AT/FP) Training. 2. Tasks. a. Course Description: A 6-day Antiterrorism/Force Protection course with training focused on enhancing the survivability of the operator while engaged in SOF operations in both urban and rural environments. The government anticipates a course that will consist of 10% classroom instruction and 90% practical exercise(s). b. Course Objectives: At the completion of the course each student will have the requisite skills as indicated below. 1. Surveillance Detection Skills: Understand how terrorists plan and do target analysis; how terrorists conduct surveillance; what new technology can help detect surveillance; how to use daily logs and detection matrixes. 2. Route Planning: Determine fast, safe and dependable routes to include alternate routes, choke points and danger areas. 3. Individual Protective Measures: Determine vulnerabilities in movement by all modes of ground transportation. 4. Basic and Intermediate Off Road Driving: Provide hands-on experience in using SUV's, and HUMMV's in off-road, cross-country environments including terrain assessment; preserving the vehicle; recovery and self-recovery in various situations. 5. Evasive Driving Skills: Collision avoidance; decision making drills, braking techniques, and skid control maneuvers. 6. Counter Force-Off Tactics: Prevent attacker from running vehicle off the road. 7. Ramming Techniques: Technique to counter roadblocks, and illegal checkpoints. 8. Counter Ambush Drills: Cover scenarios (Traditional, Snap, IVCP) vehicular break contact Immediate Action Drills (IAD's). 9. Dead Man Takeover Drills: Vehicle recovery with driver incapacitated. 10. Wounded Teammate Drills: Utilizing 180 lb life size dummy evacuate a vehicle to covered positions. 11. Less-than-lethal Weapons: Other methods of dangerous situation avoidance were deadly force may not be appropriate such as breaking contact from hostile crowd during civil-military operations. 12. Field Expedient Bulletproofing: Methods of hardening your vehicle while deployed OCONUS. 13. Using a Vehicle for cover: Locations on the vehicle for maximum protection. 14. Static and Moving vehicle Counter Ambush Drills: Utilizing live ammunition conducting necessary maneuvers while experiencing the REAL WORLD effects of firing from inside a vehicle. 15. Force on Force Counter Ambush Tactics: Reinforcing the tactics and techniques needed while in a paintball force on force scenario. This will give the operator the appreciation for an enemy’s capabilities. 16. Live fire scenarios while in moving vehicles: Reinforcing the tactics and techniques needed while moving and escaping potentially hazardous situations. 17. Advanced marksmanship shooting: To refresh and standardize teams and SOP development. 3. DELIVERABLES: A. QUANTITY. Provide total of eighteen (18) slots in the prescribed courses (Para 2, above) as indicated in Para B. Schedule below. B. SCHEDULE. The Government requires that the iteration of training be executed with the indicated amount of training slots in the following time frames: CLIN 0001 – Once class of 18 students held between July 2004 and September 2004. C. PRICE. Price proposal shall include lodging and three meals per day. D. RECOMMENDED CONTRACTOR FURNISHED EQUIPMENT. Contractor shall provide equipment needed for the number of students in each class. The government suggested listing of equipment includes but is not limited to: Student handouts and all other training equipment (not indicated in Para 6., below); SUVs for Off-Road Training; Training vehicles (full size sedans); PIT/Ramming Vehicles with fuel/tires; Vehicles to Conduct Live Fire Drills; Pistols W/holsters, magazines and ammunition; Windshields & Windows as required to implement training; 4. GOVERNMENT-FURNISHED SUPPORT. The government shall provide the following: a. Vehicles. HMMWVs will be provided by the Government for training. b. Equipment. Attendees will provide the following personal equipment: NVG’s (with batteries); Nomex Gloves; Eye and Ear Protection rated for firearm training; Minimum Level IIIA Body Armor. 5. 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. The proposed location will be evaluated and the cost to the Government for travel will be considered in the best value determination. 6. CONTROL PROCEDURES. Designated attendees at the prescribed course will produce After Action Reviews (AARs) at the completion of each iteration of training. These AARs will be provided to the Contracting Officer for submission to the Contractor for implementation into subsequent iterations of training to be provided under this contract. The Contractor shall notify the Contracting Officer in writing as to whether the recommendations are feasible IAW the aforementioned course description, subject material and budget. 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: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal 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. Contractors shall submit a proposed POI to accomplish this training. At a minimum include a description of the Terminal Learning Objectives, Method of instruction, Instructor to student ratios, and Course schedule and their Safety Record for the last 2 years and Safety Plan with a description of MEDEVAC procedures for injured students. 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.ccr.gov ) End of Clause. 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 (D), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.204-7004, Central Contractor Registration. Additionally, DFARS 252.212-7001 (D), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items applicable. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 14 July 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. DO NOT SEND DUPLICATE SUBMISSIONS. 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 7 July 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-04-T-0039/listing.html)
 
Place of Performance
Country: USA
 
Record
SN00615901-F 20040708/040706212549 (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.