Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

U -- NAVAL SPECIAL WARFARE BASIC COMBAT SKILLS COURSE

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Quadalcanal Road, B#165, USNAB Coronado, San Diego, California, 92155-5538
 
ZIP Code
92155-5538
 
Solicitation Number
H92240-09-R-0001
 
Archive Date
10/29/2008
 
Point of Contact
Amando L. Lastrella,, Phone: 619-437-2713, Gloria Kelley,, Phone: 619-522-7698
 
E-Mail Address
amando.lastrella@navsoc.socom.mil, gloria.kelley@navsoc.socom.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested, a written solicitation will not be issued. The Request for Quotation number is H92240-09-R-0001. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-23, dated December 2007 and DFARS Change Notice 20080110. The DPAS Rating for this solicitation is S10. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS is 611699, the Size Standard is $7.0 mil. This requirement is Unrestricted. The Naval Special Warfare Group ONE requests responses from qualified sources capable of providing Basic Combat Skills Course. Performance shall be in accordance with the below Statement of Work STATEMENT OF WORK: 1. Purpose of Course. Naval Special Warfare Group ONE (NSWG-1) is required to prepare technicians (non-SEAL's) to support tactical functional operations in Theaters of operations. Functional operations are those skills required in support of (ISO) NSW operations, logistical support, tactical / non-tactical transportation, Forward Operation Base (FOB) security and the personnel war fighting skills to ensure the successful preparation / completion of deployment to Theaters of Operations. All Technicians assigned to component commands will attend. 2. The following are the requirements: A. 15 days of training, including weekends. B. 11 Classes of 24 students per year. C. Training shall be conducted within 100 miles of the city of San Diego, CA. All course requirements need to be conducted within the same geographic area (i.e., shooting, driving, and land navigation venues shall be within 15 minutes of each other so "precious" training time is not wasted by transiting from one venue to another. D. Training will be conducted IAW Naval Special Warfare (NSW) crawl, walk, run philosophy. The walk and run progression will be conducted with combat load/gear. 3. Detailed Requirements: A. Major Topics to be covered. 1) Proper wearing of 1st, 2nd, and 3rd line gear. 2) Weapons Training * Sig Sauer P226/P228 minimum Qualify Marksman * M4A1 minimum Qualify Marksman * M240 minimum 400 rounds each * M2 minimum 200 rounds each a) Characteristics, disassembly and assembly, maintenance, and markmanship of weapons. b) Weapons safety c) Fundamentals of shooting d) Clearing malfunctions e) Speed reloads f) Tactical reloads g) Ready positions h) Shooting positions i) Instinctive fire techniques j) Shooting on the move, day/night k) Shooting at moving targets, day/night l) Proper use of cover/concealment m) Immediate action to contact drills n) Perimeter security concept 3) GMV (HMMV) Familiarization. Convoy ops to be taught IAW NSW SOP's and USSOCOM Combat Convoy Tactics, Techniques, and Procedures (TTP): a) Convoy operations b) Convoy Emergency driving procedures c) Mounts and Dismounts d) Emergency Mounts and Dismounts e) Shooting from a vehicle f) Basic NVG driving 4) Navigation Techniques Map and Compass/Ground Positioned Satellites (GPS). 5) Communications Familiarization: a) MBITRS/PSC-5/SINGARS (DoD custodial procedures/clearances required b) Inter/intra vehicle communications 6) Basic Detainee Handling. a) Techniques b) Rules and Regulations 7) Night Vision Familiarization: a) AN/PVS-15 BNVS 8) Perimeter / Camp Security Concepts a) Camp functions b) Camp defensive / emergency procedures IAW NSW SOP's 4. Items to be provided by contracted company: A. Instructors 1) Student to instructor ratio: i) Weapons Range Evolutions - 7:1 ii) Driving Evolutions - 3:1 2) Instructors will be lettered RSOs by Commander,NAVSPECWARGRU ONE. B. Training Facilicities. 1) Classrooms 2) Ranges 3) Driving track 4) Billeting for students and meals Monday thru Friday lunch. 5. NSW will provide the following items: A. Department Gear 1) M4 per student 2) P226 per student 3) 1 inch tabular nylon, 1 roll 4) 550 cord, 1 roll 5) Chemlites a) Green, 30 each ( 3 boxes) b) Red, 30 each (3 boxes) c) Blue, 30 each (3 boxes) d) IR, 30 each (3 boxes) 6) Weapons cleaning gear 7) Hand Held Radios 8) NVG's, AN/PVS-15C, and mounts 9) M4 suppressors 10) Sim Kits, for each weapon 11) Sim Masks 12) Ammunition a) 9mm - minimum of 500 rounds per student b) 5.56mm - minimum of 500 rounds per student c) 5.56mm Linked - minimum of 300 rounds per student d) 7.62 Linked - minimum of 300 rounds per student. 13) 5-HMMVs for motorcade training. 14) Rubber bands B. Personnel Gear required for each student: 1) Utility Uniform 2) Boots 3) Gloves 4) Eye and Ear Protection 5) Canteens or camel back 6) 6 x 4 Magazines 7) 3 x pistol Magazines 8) Pistol holster for Sig Sauer P226 9) Pistol Belt 10) Pistol magazine pouch 11) Body Armor 12) Ballistic Helmet 13) Load Bearing Equipment with M4 magazine pouches 14) Rucksack 15) First Aid Kit 6. Desired Class dates and number of students: A. Number of classes of 11. B. Maximum class size will be 24 students per class. 7. Items required to be submitted with bid. A. Proposed class schedule. B. Itemized price list 8. Emergency Medical Services will be provided by the contractor. NSWG-1 will review planned emergency action plan and inform the contractor of any required improvements. 9. Liability Clauses: If Navy personnel allegedly cause property damage, personal injury, or death to company property or personnel, the company or employee may file a claim with the United States Navy pursuant to either the Federal Tort Claims Act (28 U.S.C. 1346 (b), 2671-2672, and 2674-2680), or the Military Claims Act (10 U.S. C. 2733). In the unlikely event Navy personnel alledgedly cause property damage, personal injury, or death to a third party, the third party may file a claim with the United States Navy pursuant to either the Federal Torts Claims Act (28 U.S.C. 1346(b), 2671-2672, and 2674-2680) or the Military Claims Act (10 U.S.C. 2733). Naval Special Warfare Group ONE will facilitate the initiation of such claims by providing the necessary filing form and contact information for the Claims Processing Office at 9620 Maryland Avenue, Suite 100 in Norfolk, VA 23511. In no case will government liability exceed that allowable under the Federal Tort Claims Act or Military Claims Act. The Point of Contact for Questions on this SOW: Amando L. Lastrella, 619-437-2713 or email: amando.lastrella@navsoc.socom.mil or Charles Spencer, 619-437-3847/2919. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Nov 2007), Instructions to Offeror - Commercial Items 52.212-3 and its ALT I (Nov 2007), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Jul 2006), 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-6 ALT 1 (Oct 1995), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2007). The following clauses are applicable to this solicitation: 52.22-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic funds Transfer V Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.234-4 Applicable law for Breach of Contract Claim (Oct 2004), 52.247-34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed Price) (Short form) (Apr 1984), 52.252-2 Clauses incorporated by reference (Feb 1998) and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications V Commercial Items (Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007), 252.204-7004 alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.243-7001 Pricing of Contract Modifications (Dec 1991) and 252.211-7003 Iem Identification and Valuation (Jun 2005). Quoters shall include the quoters price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Facsimiles will be accepted. 52.212-2 Evaluation - Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be the most advantageous to the Government price and other factors considered. While price will be a significant factor in the evaluation of offers, it will not be the most significant factor. The factors order of preference from most important to least important are: 1. Technical, 2. Past performance 3. Price. Past Performance Infomation: The quoter shall submit, as part of its quote, information on three previously performed contracts or on-going contracts within the past three years that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be limited to the name and address of the organization for which the services were performed and the nubmer (Phone, fax or internet) or a contact for each contract listed. The quoter should not describe past peformance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside the government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on poast performance. However, the quote of a company with no relevant past peformance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requrested above for past performance evaluation, or affirmatively state that it posseses no relevant directly related or similar past performance. The assessment of the quoters past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirement of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. To be considered by the agency, all quotes must be received by the Contracting Office no later than 11:30 AM (Pacific Time) on 14 October 2008. All questions shall be sent to the Contract Specialist, Amando Lastrella, at 619-437-2713 or email amando.lastrella@navsoc.socom.mil or Ms. Gloria Kelley, at 619-522-7698 email gloria.kelley@navsoc.socom.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9b34a6c3c17bdb58b39a01d4f0cb6bd&tab=core&_cview=1)
 
Place of Performance
Address: Naval Special Warfare Group ONE, 3632 Guadalcanal Road Bldg. 165W, San Diego, California, 92155, United States
Zip Code: 92155
 
Record
SN01668572-W 20080914/080912221250-d9b34a6c3c17bdb58b39a01d4f0cb6bd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.