Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

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

Notice Date
10/2/2006
 
Notice Type
Solicitation Notice
 
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
H92244-07-R-0001
 
Response Due
10/23/2006
 
Archive Date
11/6/2006
 
Description
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 H92244-07-R-0001, 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 2005-13 effective 28 September 2006. The procurement is unrestricted and the associated NAICS code is 611699. The DPAS rating for this procurement is DoC9. Section B Schedule of Supplies/Services CLIN 0001 Support (Tech Force Protection) Course of Instruction 1 each November 6, 2006 through November 17, 2006 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: November 6, 2006 through November 17, 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 safe vehicle dismount, advanced driving skills and techniques, and proficiency in daytime convoy operations. d. Knowledge in use of standard issue deployment gear, to include operation, maintenance and upkeep 2. Government Furnished Equipment: Students will bring personal and government furnished clothing, safety gear and equipment for course of instruction. 3. Contractor Furnished Equipment (CFE): a. Firing Ranges b. Instructors and Instructional Materials c. Tactical Vehicles for Driver Training d. Weapons, Magazines, and Ammo Equipped for Simunitions Use e. Immediate First Aid and Immediate Response Medical Care f. Ordnance Storage g. Meal service (breakfast, lunch, and dinner) during training period. h. Written assessment of student skill attainment will be required and submitted by instructors upon completion of training. 4. Security Requirements: a. Contracting Facility and Personnel providing instruction must have a SECRET security clearance. 5. Point of Contact: a. Contractual Point of Contact is Kelly Weaverling, Contract & Acquisition Management Officer, Naval Special Warfare Development Group (NSWDG), Phone: (757) 492-7960 extension 2808; Fax (757) 492-7954; Email to kelly.weaverling@vb.socom.mil The following provisions and clauses are incorporated into the RFP: 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. FAR 52.212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2006)(Deviation) DFARS 252.211--7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7001--Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2006) DFARS 252.225-7001--Buy American Act and Balance of Payments Program (Jun 2005) Numbered Note 1 applies All responsible sources may submit a proposal, which shall be considered by the agency. 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 Kelly Weaverling at kelly.weaverling@vb.socom.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 Kelly Weaverling at kelly.weaverling@vb.socom.mil. Proposals shall be prepared in company format and sent to the attention of Kelly Weaverling at kelly.weaverling@vb.socom.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 23 October 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, Virginia
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01159889-W 20061004/061002220624 (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.