Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
MODIFICATION

U -- Advanced Marksmanship Training

Notice Date
11/16/2006
 
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, UNITED STATES
 
ZIP Code
28310
 
Solicitation Number
H92239-07-T-0005
 
Response Due
11/21/2006
 
Archive Date
12/6/2006
 
Point of Contact
Umetria Thomas, Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
thomasu@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
H92239-07-T-0005- AMENDMENT 001 The purpose of this amendment is to post answers to questions asked by various vendors and to add CLIN 0020/1020 shotgun ammo. The date for receipt of quotes is not extended. Quotes are due in this office no later than 4:00pm ET, 21 November 2006. Please acknowledge this and any other amendments in your response. CLIN 0020/1020 Shotgun Ammo has been added to this combined synopsis/solicitation. QUESTIONS FROM VENDORS ABOUT SOLICITATION #H92239-07-T-0005 1) Would you rather use an Existing Facility or a Custom Made Facility for your specific request? Prefer an existing facility to facilitate starting the contract in Dec/Jan timeframe. 2) Would the Government provide the 5.56 M4 rounds??? Yes, there is no requirement for the vendor to provide 5.56 mm rounds. 3) The requirement indicates that the contractor will be required to supply 130,000 rounds of 9mm ammo. As such, would the contractor be required to stock the full quantity should they be given the contract OR on a month to month basis depending on how many attendees per course? There is no requirement for the vendor to stock ahead. Each individual task order will indicate the amounts required per class. 4) Transportation - will the attendees be driving to the training facility from where they're stationed? We need to know if we should factor the cost of transportation and this will also help us decide on which choice of lodging we should include in our response. Transportation to and from the training site will be a Government incurred expense. 5) Weapons & Ammo Storage - We have had Government units come through our range/facility in the past and all weapons are essentially stored in the administrative building/classroom with an armed security guard throughout the evening. Will this suffice and meet your requirement? A vendor provided armed security guard in the administrative building/classroom will suffice. 6) EMOE - We noted the requirement for Advance Ballistic & Mechanical Breaching, however, will there be any need for EMOE (Explosive Method/s Of Entry)? We will need to factor this into our cost if it is needed. No. 7) We always price our training based on a minimum of 8 attendees. Will this be a problem for you? Yes, because we will have some classes with 6 students. 8) CQB section in this case is for armed or unarmed fighting? Armed. 9) In the ?STATEMENT OF WORK: SCOPE? last lines. ?The contractor shall provide 9MM ammunition?? Next it says ?The government will provide 230,000 rounds of 9mm ammo? Which one is Correct? Both, contractor will provide 130,000 rounds of 9mm, government will provide 230,000 rounds or 9mm. 10) Will the government supply vehicles? Government will provide vehicles for transportation to and from the training site. Vendor will provide vehicles for training. 11) Will the Government provide medic? Yes, the Government will have a medic/combat lifesaver on station, but the vendor is responsible for range/training medical plan IAW Local/State Law (evacuation procedures). 12) Gunsmith issues. Will gov?t provide extra parts and/or firearms in case of malfunction? Yes. 13) Please specify night vision types, brand names in use by the unit. PVS 14, PEQ 2, Aim Point, EOTECH. 14) Will the Government supply the devices for the trainees? What devices? We will provide NVGs and weapons. 15) Will the Government provide vehicles for training? If yes, please specify. No. 16) AMOUNT scenarios. Please be specific. Scenarios should include at a minimum Room clearing, multiple rooms, multiple breach points. 17) Is the 15-day training in December, a three consecutive 5-day training? There is no 15-day training schedule, all training will be conducted in 5 days as per paragraph 1 of the Statement of Work. There will be 12 personnel for Dec. 18) If so, will trainees be different in each 5-day training? No. 19 ) The contractor will be providing 130,000 rounds of Pistol Ammunition. What type of 9mm ammunition is acceptable/unacceptable for your weapons (Federal Ball 115gr, Winchester Frangible, etc.)? DODIC: A363, CTG 9mm Ball. 20) Will you be bringing your own Mechanical Breaching tools? No. Or does the solicitation only refer to Shotgun Breaching? If so, will you be bringing your own shotgun breaching ammunition or is the contractor required to provide? Solicitation refers to both mechanical and shotgun breaching. Vendor will be responsible for 500 rounds of 12 Gauge Breaching F/Autox104 shotgun ammo. 21) What type of Advanced Driver Training / Off-Road Driver Training will the participants have completed prior to training commencing? I utilize a 23-Mile off-road Live-Fire Convoy Course which requires driver skill but could incorporate minimum basic skills prior to conducting the live-fire portion of the course. Approximately half of the participants will have completed Mobile Force Protection phase 1 Driver?s training. This is a combined synopsis/solicitation 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 ARE BEING REQUESTED AND A WRITTEN SOLICITATON WILL NOT BE ISSUED. The solicitation number H92239-07-T-0005 is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This procurement is a 100% set aside for small business. All responsible sources will be considered. The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Advanced Marksmanship Training in preparation for future combat deployments in support of the Global War on Terrorism. This is a 12-month REQUIREMENTS CONTRACT beginning with the award of this contract to vendor. This requirement is for approximately 240 students in accordance with the scope of work for a base year with one (1) option year under CLIN 0001- 0019 and all subsequent option period CLINs. The anticipated Period of Performance is 01 Dec 2006 through 30 Nov 2007 and Option year Period of Performance 01 Dec 2007 ? 30 Nov 2008. Please reference request for quotation number H92239-07-T-0005 on all documents and inquiries pertaining to this solicitation. STATEMENT OF WORK: SCOPE: The contractor shall provide all materials, range material, facilities, labor, and supervision necessary to conduct classes in Advanced Marksmanship Training as specified within this Statement of Work. The training shall allow the students to use their individual weapons and equipment (weapons, protective equipment, lasers, and radios) and shall be completed in five (5) consecutive days. COURSE DESCRIPTION/TASKS: Contractor shall conduct Advanced Marksmanship Training to include the following objectives. CLIN 0001/1001 Pistol/Rifle Fundamentals; CLIN 0002/1002 Weapons Malfunction Drills; CLIN 0003/1003 Combat Magazine Changes; CLIN 0004/1004 Active Engagements on Stationary/Reactive Targets; CLIN 0005/1005 Engaging Single and Multiple Targets while on the move; CLIN 0006/1006 Engaging Multiple Targets during vehicle mounted ambush drills; CLIN 0007/1007 Transition Techniques during close fire scenarios; CLIN 0008/1008 Advanced AMOUNT scenarios; CLIN 0009/1009 Advanced individual and collective live fire training with M4 Rifle and M9 Pistol; CLIN 0010/1010 Advanced Mechanical Breaching Techniques; CLIN 0011/1011 Advanced Ballistic Breaching Techniques with shot guns; CLIN 0012/1012 Night Live Fire Training under Night Observation Devices and Artificial Illumination (gunfights); CLIN 0013/1013 Rules of Engagement ?shoot/no shoot? drills to enhance rapid decision making skills; CLIN 0014/1014 Close Quarters Battle (CQB) ; CLIN 0015/1015 Target Engagement from a moving vehicle; CLIN 0016/1016 Breaching Operations; CLIN 0017/1017 Ammo; CLIN 0018/1018 Lodging; CLIN 0019/1019 Meals; CLIN 0020/1020 500 Rounds of 12 Gauge Breaching F/AUTOx104 Shotgun Ammo. CONTROLS: Upon completion of the training, students shall be capable of acquiring, drawing, shooting, transitioning, and eliminating multiple moving targets while on the move. The contractor shall provide 9MM ammunition and range materials required for training. The government shall provide 230,000 rounds of the 9mm ammo and the contractor shall provide 130,000 rounds. The course shall allow for each student to fire a minimum of 2,900 rounds. Each student shall fire 1,500 rounds from a 9mm and 1,400 rounds from an M4 rifle. Students will train using Government-provided equipment (Weapons, Personal Protective Equipment, Lasers, and Radios). Students shall not train with students from other military units and/or agencies. TRAINING FACILITIES: Training shall be conducted in safety-certified contractor-provided facility suitable for the required training. The facility shall be set in an urban-type environment and shall include ranges and shooting complexes, Pneumatic Target Ranges, Linear Assault Lanes, Live Fire Assault Lanes, Stationary and Moving Steel Target Ranges, and Secure Weapons and Ammunition Storage facilities in accordance with AR 190-11. The contractor shall also provide lodging for the duration of the training. Training location and specifics shall be included in the contractor?s proposal. A site visit may be necessary to determine range safety requirements in accordance with USASOC Reg. 385-1. QUANTITY. Provide approximately 240 (total) training slots in the prescribed courses in accordance with the targeted schedule below. SCHEDULE. The Government requires that the iteration of training be executed in the following projected time frames: Dec 2006; Jan 2007; Feb 2007; March 2007; April 2007; May 2007; June 2007; July 2007; August 2007; September 2007; October 2007; and November 2007. Training dates and use of these slots shall be coordinated with the contractor on an as needed basis but with a minimum of 30-day notification for all dates except the DEC course. The DEC course will be a minimum of 15-days. Recommended class size shall have a minimum of 6 students, but not exceed 24 students, however there will be a minimum of two (2) months that we will require training of 2 classes (each class will remain at or below 24 students). PRICE. Price proposal shall also include lodging (CLINs 0018 and 1018) and three meals per day (CLINs 0019 and 1019). The contractor shall provide for three meals per day using the most economical procedures available with the least possible disruption to training. Meal service should be cafeteria quality and the cost shall be all inclusive, to include gratuity. The breakfast meal shall include, at a minimum, eggs, pancakes or potatoes, sausage or bacon, assorted fruits, coffee, tea, juices and milk. Additionally, health wise breakfast foods, such as oatmeal or cereals, shall be provided. The lunch meal may be buffet, sit-down, or brown bag as is best suited to conduct training events. The dinner meal shall include, at a minimum, a choice of hot entr?e such as beef or chicken, and may include a fresh fish. Meals shall be served with side dishes such as potatoes or rice, vegetable(s), house or salad bar, coffee, tea or soft drinks, and a dessert course. SERVICE CONTRACT ACT. The Service Contract is applicable to the resulting award. A regional determination may be located at the following website: www.wdol.gov EVALUATION AND AWARD. Award will be made to the responsible offeror whose quote 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) past performance and (3) price. 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 experiences in conducting the requested training. To be technically acceptable, the submitting offeror shall demonstrate recent experience in the requested training and shall provide past performance information. Provide a minimum of three (3) references to include name, address and phone number of contracts performed recently of a similar size and scope during the past three years. Technical acceptability will be determined by the government during technical review. To assist the Government in the technical review, contractor?s proposal shall include the proposed plan and method of instruction, instructor to student ratios, course schedule, and safety record/plan, brochures/materials to include detailed sketches, diagrams, and breakdown of the facilities to include types and number of ranges. To be considered for award, the contractor shall be active in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov/ Past performance is a measure to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror's performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance the Government will contact some of the references provided by the offeror and other sources of information, including, but not limited to: Federal, state and local government agencies, better business bureaus, published media, and electronic data bases. The proposed location will be evaluated and the cost to the Government for travel will be considered in the best value determination. Proposals not containing adequate information to be used in the technical evaluation process may be eliminated from competition. The Government reserves the right to issue multiple awards for this solicitation. 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 farsite.hill.af.mil. 52.203-3 Gratuities, FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items is hereby incorporated by reference. 52.217-5 Evaluation of Options, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities,52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.233-3 Protest After Award, 52.204-7, Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.233-2 Service of Protest, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, 52.246-25 Limitation of Liability-Services, 252.232-7003 Electronic Submission of Payment Requests, 5652.204-9002 Instructions for use of Electronic Contracts. FULL TEXT: 52.212-2 Evaluations-Commercial Items: (SEE EVALUATION AND AWARD CRITERIA LISTED ABOVE); 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1 and Alternate 1 must be returned with the quote; 52.212-5,Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items(Deviation). 52.216-18 ? Ordering. (a) 01 DECEMBER 2006 through 30 NOVEMBER 2007]. 52.216-19 -- Order Limitations. (a) Minimum order. 6 STUDENTS per class (b) Maximum order. --(1) Any order for a single item in excess of 24 STUDENTS;(2) Any order for a combination of items in excess of 48 STUDENTS; or (3) A series of orders from the same ordering office within 30 days; 52.216-21 Requirements (f) 30 NOVEMBER 2007.; 52.217-8 Option to Extend Services: within 30 days of contract expiration.; 52.217-9 Option to Extend Term of Contract, a) 30-60 days; intent to extend at least 60 days before the contract expires (c) (2 YEARS and 6 months). 52.252-1 Solicitation Provisions Incorporate By Reference: http:// farsite.hill.af.mil; 52.252-2 Clauses incorporated by reference: http:// farsite.hill.af.mil. 52.252-6 Authorized Deviations In Clauses, (b) Defense Federal Acquisition Regulation (DFAR). (48 CFR CH 2) 252.204-7004 Alt A Required Central Contractor Registration Alternate A, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, PROPOSALS SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization (2) a schedule of offered items to include unit and total offered price (3) technical information (4) acknowledgement of any amendments that may be issued (5) FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, (6) Past Performance References. Questions concerning this solicitation shall be submitted in writing to MAJ Mike McNeill at mcneillm@soc.mil not later than 4:00 p.m on Monday, November 13,2006. 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. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (MAJ Mike McNeill), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, 21 November 2006. Please provide revised quotes via e-mail or fax. It is the contractor?s responsibility to verify receipt. The POC for this RFQ is MAJ Mike McNeill, (910) 432-9957, E-mail mcneillm@soc.mil . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2006); 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.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-07-T-0005/listing.html)
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01182785-F 20061118/061116223647 (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.