Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

U -- Close Combat Training

Notice Date
5/11/2006
 
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
H92239-06-T-0027
 
Response Due
5/31/2006
 
Archive Date
6/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service(s) prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES/PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number H92239-06-T-0027. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 611699. The small business standard is $6 million dollars or less. This requirement is set-aside for small businesses. 1.GENERAL REQUIREMENT: The Contractor shall provide all direct labor, material, supervision, and administrative requirements to conduct CLOSE COMBAT TRAINING (Combative Training)? AS STATED IN THE FOLLOWING PERFORMANCE WORK STATEMENT. The contract is for close combat training (Combative) Fighting Instruction at Fort Bragg, NC and within the local commuting area thereof (Fayetteville - 25 mile radius thereof) to support 7th Special Forces Group (Airborne). 2. SCOPE OF WORK. The contractor shall provide intense five-day Close Combat courses. The Government requires up to 4(four) courses per month. This is a firm fixed price contract with a (1) one-year base period with (4) four one-year options. PWS Line item 0001 and subsequent option year line items will be priced per course. The Government estimates 4 courses per month for a total of 48 courses per year to taught to personnel assigned to 7th SFG (A) at various locations at Fort Bragg, NC and Fayetteville, NC area. Techniques must be executable when the soldier is fatigued and operates in limited visibility. Training will occur in the 7th SFG (A) Fort Bragg, NC area and in local training facility within a 25-mile radius of the Fayetteville, NC community. All students will receive an intense 5 days block of instruction in close combat training to include a block of Personal Secuirty Detail training which time shall vary upon the needs of the unit. The contractor will be provided with a schedule of classes 2-weeks in advance from 7th SFG (A) personnel. Class times may be scheduled between the hours of 0500-1900 Monday ? Friday, excluding holidays. Weather is not an issue and will not impact training. Administrative issues will be worked out ahead of time with executing unit and training schedule adjusted accordingly. Contingency operations do arise and contractor will have to remain flexible to accommodate unit training and completion of the program of instruction (POI). Location of the class will be specified in the schedule provided to the contractor. Training will occur at the Government?s facility or the Contractor?s training location. If the training location is different than the location noted on the contractor?s CCR this information must be provided. The Government training location will be determined by the 7th SFG (A) and provided to the contractor. The class sizes will range from 6 to 30 participants per class. 3. PERFORMANCE EVALUATION. Designated attendees at the prescribed course will produce After Action Reviews (AARs) at the completion of each iteration of training. The AARs will be provided to the contractor for implementation into subsequent iterations of training if feasible and within the scope of this contract. The contract manager may be required to meet with the Contracting Officer's Representative (COR) and the Contracting Officer during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the Contracting Officer Representative or the Contracting Officer. However, if the contractor requests, a meeting will be held whenever a Contract Discrepancy Report is issued. The written minutes of these meetings shall be signed by the contractor's manager, contracting officer and COR. Should the contractor not concur with the minutes, the contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within 10 calendar days of receipt of the signed minutes. 4. INSTRUCTIONAL EXPERIENCE: The instructors must provide their applicable martial arts certifications to validate their level of expertise and qualifications to successfully meet the terms and conditions stated in the statement of work. The level of expertise will be considered when evaluating technical acceptability. The contractor?s level or expertise is critical to insure the instructor possesses the ability to shape training plans and techniques that meet the demands of current operational and environmental conditions our soldiers face. The contractor shall possess the technical capabilities to teach the techniques noted in section six and build scenarios to prepare our soldiers for current combat realities. 5. PERSONNEL. The contractor shall have an assistant instructor to provide instruction should additional classes be required. Assistant instructors shall be approved by the primary instructor and be fully capable of meeting technique requirements outlined in the scope of work and those tasks listed within the statement of work. 6. REQUIRED TECHNIQUES. Course of instruction should incorporate the tactical employment of the hand-to-hand techniques below while teaching students how to adapt to different scenarios and specific needs. The 7TH SFG (A) Command representatives will evaluate the instructors ability to perform all required hand to hand fighting system techniques, mission focus applicability, and instructional capacity. Course instruction will include: 1) Kobushi Sessen Jutsu-A system based on military close combat techniques used by military units. This system has no sport applications and is based on the theory of causing permanent structural damage. Kobushi Sessen-Jutsu is a recognized by the United States Martial Arts Association (USMA) as a legitimate martial art. Techniques similar in style that provide the required or similar results will be considered. Mixed martial arts presentations that incorporate similar techniques are acceptable. 2) Brazilian Jiu Jitsu (BJJ) ground fighting focusing on body control and submission grappling. 3) Ground fighting with and without combat equipment. 4) Shoot fighting is a mixed martial arts fighting system with it?s emphasis on the transition from stand-up to the ground it makes both, the stand-up fighter and the grappler stronger by eliminating the laminations of each system. 5) Striking Skills 6) Kickboxing hand-to-hand combat to include punches, kicks, elbows, knees, standing grappling, and head-butts 7) Jiu-Jitsu 8) Throwing Skills 9) Boxing 10) Joint Locks 11) Choking 12) Counters to Punches & Kicks 13) Counters to Chokes & Headlocks 14) Counters to grappling Techniques 15) Edge weapons Defense 16) Edged Weapons Skills 17) Stick or Club Defense 18) Stick Skills 19) Firearm disarming 20) Firearm Retention 21) Firearm Presentation (Concealed Carry) 22) Situational Apprehensions Vignettes from combat experience 23) Neutralization of Enemy Personnel 24) Live Blade knife Assault Course 25) Handcuffing 7. DELIVERABLES: The contractor shall provide: A) instructors for all the days of training B) student handouts and all other training equipment as required C) Certificates of completion D) AAR/comment questionnaires E) Facility for all courses trained F) Outdoor maneuver and training area G) Area for scenario training H) Instructors to Fort Bragg training areas as requested by units. 8. INDIVIDUAL CLOTHING AND EQUIPMENT ISSUE. If required for training, the government shall provide to the contractor all military unique organizational clothing and individual equipment. Upon receipt of the clothing and equipment the contractor shall assume responsibility and accountability of these items. The contractor will be responsible for acknowledging receipt and returning these items upon completion of the contract. The contractor must also have off-post facilities available in Fayetteville NC to facilitate training within 25 miles of main post. 9. TRANSPORTATION. The Government shall provide unit vehicles or trainees will use privately owned vehicles (POVs) to and from the training facilities. 10. Technical, Past Performance, and Price. As authorized under FAR Subpart 13.5, Test Procedures for Certain Commercial Items, simplified procedures will be used to evaluate offers and award the contract. The technical capabilities will be evaluated on the accuracy and extent to which the offer demonstrates a complete understanding of the requirements in the Statement of Work (SOW) and conveys methodologies, techniques and a detailed technical approach that enhances the likelihood of satisfactory performance and performance quality. The Government will evaluate Past Performance using the information obtained from the references provided by the offeror. Proposed prices will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 15.404-1. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 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 FACTORS: 1) Technical acceptability (2) past performance (3) Price. In order of importance, Technical Acceptability is defined as, (A) contractors? ability to meet or exceed, the required program skill set and (B) documented technical expertise and experience to conduct the requisite training to include all certifications of the primary and assistant instructors. To be technically acceptable the submitted bidder shall demonstrate requisite skill for a board of 7th SFG (A) representatives. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during a technical review. Contractor?s proposal shall include a detailed program of instructions that incorporates the techniques noted in paragraph 6. Past Performance. information shall include company name, telephone number/e-mail address, contract number and/or title, and period of performance for similar services performed. The offeror must submit past performance references for recent and relevant Government or non-Government contract efforts to demonstrate performance similar to the solicitation requirements. The past performance references must clearly demonstrate performance similar in scope and size to the solicitation. The contractor shall submit past performance references for services performed within the past three years. Relative Importance of the Evaluation Factors. Nonprice evaluation factors, when combined, are significantly more important than price. The Technical Acceptability is more important than the Price. Technical Acceptability and Past Performance Factors, when combined, are significantly more important than Price. However, the Government will not select an offeror for award on the basis of a superior capability without consideration of the price proposed. A best value award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.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: 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.219-6, 52.222-3, 52.222-37,52.222-41, 52.222-42,52.222-43, and 52.232-33; Additionally, the following clauses are applicable to this solicitation, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term of Contract, 52.233-3 Protest After Award, 52.246-25 Limitation of Liability-Services, 5652.204-9002 Instructions for use of Electronic Contracts, 252.242-7001 Pricing of Contract Modifications , 52.252-1 Solicitation Provisions incorporated by reference and 52.252-2 Clauses incorporated by reference, with the following site added http://www.farsite.hill.af.mil. The Defense Priorities and Allocations Systems (DPAS) assigned for this procurement is unrated. NA. Signed and dated quotes are due at HQ-USASOC ATTN: AOCO (Richard Taylor), Fort Bragg, North Carolina, 28310, not later than 3:00 p.m. ET, 31 May 2006. Electronic submissions, to include FAX and email, will be accepted at (910) 432-9345 or tayloric@soc.mil. It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items. All items offered must meet the minimum salient characteristics to include functional and physical. Offerors who do not submit clear specifications will be considered non-responsive and will be eliminated from competition. (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. After the initial review of proposals all responsive offerors will be notified of the location, date, and time for their technical presentation. Any amendments that may be issued will be published in the FedBizOpps, the same as this combined synopsis/solicitation. All questions shall be submitted in writing to Mr. Richard Taylor, Contract Specialist, at tayloric@soc.mil or via facsimile (FAX) at: (910) 432-9345. Numbered Note 1 applies to this solicitation.
 
Place of Performance
Address: Fort Bragg, NC within 25 miles Radius thereof
Zip Code: 28310
 
Record
SN01046696-W 20060513/060511221426 (fbodaily.com)
 
Source
FedBizOpps 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.