Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
MODIFICATION

U -- Support (Tech Force Protection) Course of Instruction

Notice Date
6/22/2006
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and 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-0052
 
Response Due
6/27/2006
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REVISE THE QUANTITY FOR CLIN 0001 FROM 2 EACH TO 1 EACH AND DESCRIPTION OF SERVICES, PARAGRAPH 1(B) TO READ AS: KNOWLEDGE AND USE OF NIGHT VISION GOGGLE (NVG), OR EQUIVALENT, THROUGH PRACTICAL EXERCISE AND DEMONSTRATED PROFICIENCY IN NIGHT CONVOY OPERATIONS. FOR COPY OF COMBINED SYNOPSIS/SOLICITATION THAT CONTAINS THE FILL-INS FOR CLAUSES FAR 52.212-3, EMAIL CHRISTINE ANDERSON AT CANDERSON@NSWDG.NAVY.MIL. SUBJECT LINE OF EMAIL SHOULD STATE "REQUEST COPY OF COMBINED SYNOPSIS/SOLICITATION H92244-06-R-0052 FOR SUPPORT (TECH FORCE PROTECTION) COURSE OF INSTRUCTION". A COPY SHALL BE RETURNED ELECTRONICALLY. This is a combined synopsis/solicitation for commercial services 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. This solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0052, as a Firm Fixed Price Type Contract with Fixed Unit Prices. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-09 effective 19 April 2006. The procurement is Unrestricted and the associated NAICS code is 611699. Section B Schedule of Supplies/Services CLIN 0001 Support (Tech Force Protection) Course of Instruction 2 each July 10, 2006 through July 21, 2006 ADDITIONAL REQUIREMENTS: Instructor to student ratio for firearms training exercises must not be larger than 7 students to 1 instructor. Classroom training must not be larger than 15/1, with additional instructors standing by to provide feedback to questions. Instructors must have familiarity with current Special Operations Forces (SOF) operational tactics, techniques and procedures, extensive experience in training all levels of personnel from hostage/counter-terrorist rescue units, SWAT, Para-rescue, police and all military services. Instructors must have extensive knowledge of SOF operating environments and be able to relate support Course of Instruction (COI) training to live scenarios. Training classroom/environment must be located within a 500 mile radius of NAS Oceana Dam Neck Annex due to command personnel requirements. Schedule C Statement of Work Contractor: Contract Number: Job Title: Support Course of Instruction Period of Performance: July 10, 2006 through July 21, 2006 Place of Performance: Within Five Hundred (500) Mile Travel Distance from NAS Oceana Dam Neck Annex, Virginia Beach Description of Services: 1. Contractor shall provide hands-on instruction in basic firearms, navigation, communication and tactical development necessary to facilitate direct support to the command in the development, test and evaluation of current and emerging technologies and tactics for the Naval Special Warfare Forces. This course of instruction shall provide classroom instruction, practical field application, simulated fire using Simunitions, and live-fire scenarios. As a result of this training, students shall become proficient in the following skills: a. Weapons proficiency and safe operation of M4 rifle and Sig. Sauer 9mm pistol through practical application, and hands-on proficiency. b. Knowledge and use of night vision goggle (NVG) equipment, through practical exercise and demonstrated proficiency in night convoy operations. c. Demonstrate situational awareness in identifying tactical hazards and knowing when and what force alternatives/force escalation may be needed. d. Demonstrate safe vehicle dismount, advanced driving skills and techniques, and proficiency in daytime convoy operations. 2. Additional essential skills to be obtained as a result of the training include the following: a. Knowledge in use of standard issue deployment gear, to include operation, maintenance and upkeep b. Knowledge of high threat areas to include language and culture, including possible physical security threats c. Medical safety, first aid and patient protocol in routine and emergency situations through practical application and proficiency d. Knowledge and use of GPS and communication equipment, through practical exercise and demonstrated proficiency 3. Government Furnished Equipment: Students will bring personal clothing and equipment for students. 4. Contractor Furnished Equipment (CFE): a. Firing Ranges b. Instructors and Instructional Materials c. Tactical Vehicles and Night Vision Goggles (PVS-14) for Driver Training d. Weapons, Magazines, and Ammo Equipped for Simunitions Use e. Immediate First Aid and Immediate Critical Medical Care f. Ordnance Storage g. Role Players h. On-Site Berthing (Monday evening through Friday morning for both weeks) with separate rooms for male/female attendees and meal service (breakfast, lunch, and dinner) during training period. i. Written assessment of student skill attainment will be required and submitted by instructors upon completion of training 5. Security Requirements: a. Contracting Facility and Personnel providing instruction must have a SECRET security clearance. 6. Point of Contact: a. Contractual Point of Contact is Christine Anderson, Contract Specialist, Naval Special Warfare Development Group (NSWDG), Phone: (757) 492-7960 extension 2210; Fax (757) 492-7954; Email to christine.anderson@nswdg.navy.mil FAR 52.212-1 ?Instructions to Offerors -- Commercial Items (Jan 2006) FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 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. Award will be based on lowest price, technically acceptable proposal. FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Mar 2005) 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 (Apr 2006)(Deviation) FAR 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a FFP contract resulting from this solicitation. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2006) 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 christine.anderson@nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information and copies of the solicitation, must be in writing and submitted via email to Christine Anderson at christine.anderson@nswdg.navy.mil. Proposals shall be prepared in company format and sent to the attention of Christine Anderson at christine.anderson@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 4:00pm Eastern Standard Time (EST) on 27 June 2006. 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: Within Five Hundred (500) Mile Travel Distance from NAS Oceana Dam Neck Annex, Virginia Beach
Zip Code: 23461-2299
Country: USA
 
Record
SN01076006-W 20060624/060622221927 (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.