Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2005 FBO #1427
SOLICITATION NOTICE

U -- Hand to Hand Combat Training

Notice Date
10/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-R-0004
 
Response Due
11/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: STATEMENT OF WORK FOR HAND-TO-HAND COMBAT TRAINING 11/08/05 ? 09/30/06 1. SCOPE. This Statement of Work (SOW) defines the efforts required to provide practical, sustainment training in an advanced armed/unarmed combat course of instruction to personnel attached to Naval Special Warfare Development Group (NSWDG). Course instruction will include Brazilian Jiu Jitsu (BJJ), Thai Kickboxing, and Kali weapons training. Course of instruction should incorporate the tactical employment of these hand-to-hand techniques while teaching students how to adapt to different scenarios and specific needs. NSWDG personnel conduct advanced research and development of tactics for use by Naval Special Warfare Forces. In order to successfully conduct this mission, they must be trained and prepared to conduct a diverse range of combat skills. 1.1. BACKGROUND. The objective of this training schedule is to provide realistic, practical training to NSWDG personnel that will be sustained over time. This contract will be executed as a ?by session? requirement, the frequency of occurrence will be twice weekly with additional sessions available via individual participation in group training at an off-site training. 2. COMMAND POINT OF CONTACT. The designated representatives are Mr. Jim Morgan at (757) 492-7960 ext. 2042 or LT Erika Fugere (757) 492-7960 ext. 2808. 3. REQUIREMENTS. The on-site training will take place up to two times per week, for a period from 01 November through 30 September 2006. The number of students per course of instruction occurring at the NSWDG compound shall not be limited. A number of off-site sessions for group training will be necessary and include an option to increase frequency as required. Course of instruction will include at a minimum the following fighting techniques: a. BRAZILIAN JUI-JITSU (BJJ): ground-fighting focusing on body control and submission grappling. b. THAI KICKBOXING: hand-to-hand combat to include punches, kicks, elbows, knees, standing grappling, and head-butts. c. KALI TECHNIQUE: weapons, knife and stick fighting. The course instructors will possess and maintain the following credentials and references: d. QUALIFICATIONS: must hold a third-degree (or higher) black belt under the Rickson Gracie system of BJJ, be certified as a senior instructor in Muay Thai and be certified in Kali. e. COMPETITION: instructors must be nationally and/or internationally recognized at world level competitions such as the Pan-American Championship, the Copa Atletica Championship, and the Brazilian World Championship. f. TACTICAL APPLICATION: possess an established background in employing and incorporating martial arts techniques into tactical military scenarios to include, but not limited to, Close Quarter Battle (CQB), Military Operations on Urban Terrain (MOUT), and Visit, Board, Search, and Seizure (VBSS). Instructors must have verifiable experience training various groups of military and law enforcement groups and individuals. 4. PLACE OF PERFORMANCE. Bi-weekly training will be conducted at NSWDG facilities located in Virginia Beach, VA. Additionally, off-site training must be available at a location not to exceed a 20 mile radius from the NSWDG compound. 5. TRAINING MATERIALS. All required training materials and supplies will be supplied by NSWDG. 6. OTHER CONDITIONS/REQUIREMENTS. Contractor must maintain the ability to obtain a SECRET security clearance. Work under this task order shall be conducted during normal working hours when applicable; however, availability, time constraints, and varying schedules may require class time outside the scope of normal business working hours. The Contractor will be responsible for providing the government with a quarterly report of command members trained and training qualifications obtained. The Request for Proposal (RFP) H92244-06-R-0004 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06, effective as of 30 September 2005. North American Industrial Classification Code (NAICS) 611620. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO. FOB Point is destination. The following provisions are incorporated into the RFP: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also included are DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) which should be completed and submitted with the proposal. The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO. The following terms and conditions via an addendum to the contract shall be incorporated into any contract(s) resulting from this RFP: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sep 2005). The Contractor shall comply with the FAR clauses in this paragraph that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005). The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clauses included in the combined synopsis/solicitation and resulting contract by reference to implement a provision of law applicable to acquisitions of commercial items or components: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with this solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information, must be in writing and submitted via email to Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be prepared in company format and sent to the attention of Christine Anderson at canderson@mail.nswdg.navy.mil or by fax at (757) 492-7954. Offers must be received at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00pm Eastern Standard Time (EST) on 8 November 2005. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, VA and off-site training at contractor's facility not to exceed a 20 mile radius from NSWDG., ,
Zip Code: 23461-2299
Country: USA
 
Record
SN00919521-W 20051023/051022080702 (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.