Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOLICITATION NOTICE

U -- Small Unit Ground Combat and Convoy Skills Training

Notice Date
12/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-09-T-0001
 
Archive Date
1/10/2009
 
Point of Contact
Mary Tuttle,, Phone: 757-763-4407, Ruby Phillips,, Phone: 757-492-1341
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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; a written solicitation will not be issued. The RFQ number is H92242-09 T-0001. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-27, dated 17 Oct 2008 and DFARS Change Notice 20081020. The DPAS Rating for this solicitation is DO. 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 code is 928110. This is a competitive full and open procurement. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing training as follows in accordance with the attached Statement OF WORK STATEMENT OF WORK 1.0. Project Overview: Develop, maintain and conduct a force specific Course of Instruction (COI) in Small Unit Weapons, Ground Combat Tactics and Convoy Operations for Naval Special Warfare Group Four (NSWG-4), Special Warfare Combatant Craft-crewman (SWCC)and support personnel. 2.0. The contractor shall provide a 21 Training day COI for up to 45 personnel per course focused on basic soldiering skills utilizing current approved Naval Special Warfare (NSW) Tactics Techniques and Procedures (TTP)and NSWG-4 Task, Conditions and Standards (TCS), to include; </address> Phase One, Six (6) days of Tactical Small Arms with tactical handgun, shotgun, and carbine training, Individual and Team Skills weapons exercises. </address> Phase Two, Nine (9) days Small Unit Ground Combat Skills consisting of: </address> Basic patrolling TTP, Patrol formations, Hand signals, Lay Up and Observation Points (LUP/OP), Cache placement, danger crossings. </address> Immediate Action Drills (IAD), Contact drills (up to 8 man patrol). </address> Basic, Military Operations Urban Terrain (MOUT) training with Introduction to Urban Movement, Defendable fighting positions, Perimeter and Structure security, structure reinforcement, perimeter and structure defense. </address> Downed vehicle drills, vehicle breakout drills. </address> Phase Three, Six (6) days Tactical Convoy Operations training consisting of: </address> Convoy and Motorcade Operations in a High Threat Environment, Tactical Vehicle Maneuvering and Individual Driver Enhancement Drills. </address> Final Training Exercise (FTX) Motorcade and Convoy incorporating the command's prime mover and craft, tactical small arms and ground combat tactics (Movement, MOUT and Defendable fighting positions) in the training. </address> </address> 3.0. Naval Special Warfare Group FOUR personnel will learn the basic soldiering skills that will enable them to complete and/or survive their mission, operate and maintain vehicles to include prime movers for tactical craft if/when required to do so over land under duress in a high threat environment. This COI shall include classroom presentations and practical exercises to facilitate a thorough working knowledge and application of basic soldiering skills, advanced convoy operations driving and weapons skills. The majority of training will be conducted during normal working hours; however, portions of the training will extend into the evening hours. This training ratio breakdown shall be 30% Classroom Instruction and 70% Practical Exercises For Phases 0ne (1) and Three (3). This training ratio breakdown for Phase Two (2) shall be 10% Classroom Instruction and 90% Practical Exercises. NSWG-4 Training staff will be the course review, and approval authority for all course curriculums. They will conduct periodic audits and approve any changes to the course before being implemented. </address> The following schedule is to be observed: 3.1 PHASE 1 - TACTICAL SMALL ARMS Day One: Handgun Training Classroom: •- Fundamentals of marksmanship Practical: •- High and low ready positions •- Sight management •- Administrative and tactical reloads •- Malfunction drills •- Single/Multiple target engagement •- Draws from the holster •- Facing movements •- Adverse angle target engagement •- Typical and Adverse Shooting positions •- Transition to shooting positions Day Two: Shotgun (Movers) Practical: •- Target identification •- Shooting moving targets •- Immediate threat •- Barricade Drills •- Shooting on the move •- Multiple Stress courses Rifle sighting •- Zeroing / sight in Day Three: Rifle Basic, Target Engagement (Various Distances/ Static) Classroom: •- Fundamentals of marksmanship Practical: •- High and low ready positions •- Sight management •- Recoil management •- Shot progression •- Administrative and tactical reloads •- Malfunctions - immediate action / remedial action •- Single / Multiple target engagement (25/50/100/200 meters) Day Four: Rifle Advanced / Target Engagement (Reactionary Plates/ Dynamic) Practical: •- Facing movements •- Typical and Adverse Shooting positions •- Transition to shooting positions •- Adverse angle target engagement •- Barricade Drills •- Shooting on the move •- Failure Drills •- Reload Drills •- Shooting moving targets Single/Multiple reactionary target engagement Night shoot: •- Flashlight techniques •- Target Identification Day Five: Rifle/Handgun Advanced (Static Weapons Transitions) •- Barricade Drills (Weapons Transitions) •- Weapon Malfunctions (Weapons Transitions) •- Typical and Adverse Shooting positions (Weapons Transitions) •- Shooting moving targets (Weapons Transitions) Night shoot: •- Flashlight Techniques (Night Moving Targets) •- Night Weapon Transition Drills Day Six: Rifle/Handgun Advanced (Dynamic Stress Evolutions) Practical: •- Multiple Stress Course •o Barricade Drills •o Shooting on the move •o Shooting Position Transition •o Weapons Malfunctions •o Multiple Targets •o Weapons Transitions •- Man vs. Man competition 3.2 PHASE 2 - SMALL UNIT GROUND COMBAT SKILLS Day Seven: Basic Patrolling Classroom: •- Hand and Arm Signals •- Gear Placement •- Patrolling Formations •- Lay Up Point(LUP) and Observation Point (OP) •- Caches •- Danger Crossings (Beach, River, Road and Stream) Practical: •- Walk-thru •o Formations •o LUP/OP/Caches •o Danger Crossings (Beach, River, Road and Stream) Day Eight: Immediate Action Drills Classroom: •- Contact Drills (IADS) Practical: •- Walk Thru, Contact Drills (IAD) •- IAD dry and Simmunition (day and night) Day Nine: Immediate Action Drills Practical: •- Walk Thru, Contact Drills (IAD) •- IAD Live-Fire (day and night) 3.2.1 BASIC MOUT Familiarization Day Ten: Introduction to Urban Movement Practical: (Day and Night) •- Formations •- Patrolling •- Security •- Sniper Awareness (Defensive Perspective) •- Downed man drills •- Defensive Perimeters •- Structure Security Day Eleven: Defendable Fighting Positions (Dry Runs) Practical: (Day and Night) •- Hardened Structures •o Buildings •o Rooms •o Walls •- Terrain Features Day Twelve: Defendable Fighting Positions (Simmunition) Practical: (Day and Night, Opposing Forces) •- - Hardened Structures •o Buildings •o Rooms •o Walls •- Terrain Features Day Thirteen: Downed Vehicle Drills Classroom: - Movement from vehicles (under duress) Practical: •- Movement from vehicles to vehicles (Dry Runs) •- Movement from vehicles to structures (Dry Runs) Day Fourteen: Downed Vehicle Drills Practical: (Day and Night, Opposing Forces) •- Movement from vehicles to vehicles(Simmunition) •- Movement from vehicles to structures (Simmunition) Day Fifteen: Ground Combat Skills Exercise This will include the transition/movement of an operational element from an enemy engagement area to a hardened structure, clearing, securing and holding the structure utilizing the skills learned through the training provided. Students will be responsible for conducting safe tactical movement of the element at all times and using proper TTP to ensure mission success. 3.3 PHASE THREE - TACTICAL CONVOY OPERATIONS Day Sixteen: Individual Driver Enhancement Drills Classroom: •- Vehicle Dynamics (Presentation and Lecture) •- Front and rear wheel drive vehicle handling characteristics •- Low and high center of gravity vehicle handling characteristics •- Understanding how driver input affects vehicle control •- Interpreting vehicle language Practical: •- Vehicle Control •- Slalom drills •- Progressive and threshold breaking techniques •- Controlled breaking in a curve •- Emergency Breaking in a curve •- With and without anti-lock breaks •- Passenger's Seat Driving (dead driver takeover)- Forward and reverse •- Swerve to avoid - With and without anti-lock breaks •- Blocked lane drills - With and without anti-lock breaks Day Seventeen: Tactical Maneuvers (To Include Prime Movers Towing Boats) Practical: •- Slalom Drills •- Breaking Drills •- Backing Drills •- J-turns (reverse 180) •- Left and right •- J-turn from the passenger's seat •- Bootleg turn (forward 180) •- Left, right and blocking maneuver •- J-turn and Bootleg turns in a limited area •- Over steer Drill •- Pursuit Intervention Technique(PIT) and Ramming Day Eighteen: Convoy Operations (Prime Movers and Supporting Vehicles) Classroom: - Convoy Definitions •- How and When Convoy Operations Are Used •- Larger Vehicle (Prime Movers, Trailers) Handling Characteristics •- Route Analysis •- Vehicle and Equipment Preparation (Day and night movement) Practical: •- Convoy Vehicle Positions •- Convoy Vehicle Spacing •- Convoy Vehicle Offsets •- Convoy Profile/Signature •- Moving Through Traffic •o Single Lane •o Double Lane •- 3 Point Turn Around •o Single and Multiple Vehicle •- Standard and Blocking Maneuvers •- Push outs •- Vehicle Transfer •- Cover and Movement •- Route Analysis Day Nineteen: Convoy Operations Prime (Movers Towing Boats) Practical: •- Route Analysis •- Moving through traffic •§ Single Lane •§ Double Lane •- Traffic Blocking & Traffic Shielding •- Negotiating Intersections & Turns •- Passing/Being Passed •- Conducting Vehicle Advances •- Backing and Turn Around •- Night Driving •o Driving with Night Vision Goggles (NVG) •o Night Individual Vehicle Dynamics Driver Training •o Night Convoy Preparation and Movement Day Twenty: Convoy Operations Exercise Students will receive an exercise brief and be provided sufficient time to plan and prepare for the exercise mission. This will encompass students conducting a tactical convoy operation of up to 7 vehicles (Prime Movers and security vehicles) with a boat package an armed multi-vehicle motorcade with a High Value Asset (Boat Package) to a designated launch point utilizing their trained convoy skills. The exercise will incorporate night (Low Light/No Light in "blacked out" conditions) Convoy Operations and will test individual and team convoy skills to include but not limited to; •- Vehicle and Equipment Preparations •- Traffic Breakout Techniques •- Convoy Harassment •- Multiple Vehicle Rolling Slalom •- Pursuit Intervention Technique(PIT) •- Ramming •- Single Vehicle Threat •- Multiple Vehicle Threat Day Twenty One: Boat Troop Ground Combat Skills and Convoy Final Exercise Students will receive an exercise brief and be provided sufficient time to plan and prepare for the exercise mission. This will encompass students conducting a tactical convoy operation of up to 7 vehicles (Prime Movers and security vehicles) utilizing acquired tactics, techniques and procedures. Students will be required to move a convoy to a designated Launch Recovery Site (LRS, conduct a simulated boat launch, recovery and return to a designated forward operating base in a safe tactically sound manner. The exercise will incorporate drills which test the students on all aspects of training to include but not limited to; Individual and Team Skills •- Tactical Small Arms •o Target Engagement •o Weapons Transitions •o Shooting On The Move •- Small Unit Ground Combat Skills •o Patrolling TTP •o Contact (Immediate Action) •o Urban Movement and Combat •o Securing Defendable Fighting Positions •- Tactical Convoy Operations •o Planning and Preparation •o Route Analysis •o Convoy Harassment Drills •o Vehicle Movement TTP 4.0 The contractor shall provide: Range and target materials, course training materials to include but not limited to; Lesson Plans, Instructor Guides, Training Manuals and Student Guides. Instructors must be qualified range safety officers for dynamic fire and movement/maneuver drills. The contractor shall furnish and deliver a variety of vehicles to include sedans, mid-size and Large SUVs to the training site and provide required instructors and maintenance crew. 5.0. NSWG-4 component commands will provide: The training areas, classroom, personal operational gear, weapons, required ammunition, communications equipment, NVG equipment, prime mover trucks with trailers and Boats. 6.0 Cost Estimate: Costs should include but are not limited to; COI curriculum development, single COI cost estimate, multiple COI annual cost estimate, annual COI maintenance fee, Site Survey Cost, instructor fees, travel/perdium, pre-course set-up fees, classroom training materials estimate, lab equipment, range and target material, course certificates, vehicle fuel, operating costs, and interstate highway transportation fees. 7.0 Place of Performance: TBD (Proposed: FT A.P. Hill VA., FT Pickett VA., FT Knox KY., NAS Fallon NV.) 8.0 Performance period: FY-09; 2 COI, January 19, through 13 Feb and 23 Feb through 20 March. There shall no delay, other than weekend breaks. 9.0 Number of Students: 45 students per COI FOB is DEST. EVALUATION OF BIDS WILL BE THE LOWEST BIDDER MEETING ALL SPECIFICATIONS IN ACCORDANCE WITH THE STATEMENT OF WORK. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2006), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items: 52.204-7 Central Contractor Registration (Apr 2008) Commercial Items; 52.203-3 Gratuties (Apr 1984), 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 (Oct 2008), 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor, Cooperation with Authorities and Remedies (Feb 2008), 52.222-26 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), Content for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer. Central Contractor Registration (May 1999), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.247-34 F. O. B. Destination (Nov 1991). 52-249-1 Termination of 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 and Clauses (Apr 1984), Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications. Commercial Items (Jun 2005), 252.204-7004Alt A Central Contractor Registration, (Sep 2007). 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 (Nov 2006), The applicable clauses are ; 252.232-7003 Electronic Submission of Payment Requests (May 2006)., 252.243-7001 Pricing of contract modifications (Dec 1991). Central Contractor Registration (CCR), Quoters must be registered in the CCR Data Base to be considered for award. Registration is free and can be completed on line at http://www.ccr,gov ) All quotes shall include prices, a point of contact, name and phone number, business size, payment terms and Federal Tax Identification number. Facsimiles will be accepted. 52.212-2 Evaluation-Commercial Items (Jan 1999) is applicable to this procurement. (a). 52.212-2, Evaluation - Commercial Items 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 is 1. Technical, 2. Past Performance 3. Price. Technical and Past Performance when combined will be equal. Past Performance information: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts 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 provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance 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 of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance 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 requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements 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 Officer no later than 1430 hours or 2:30PM (Eastern Standard Time on 26 December 2008. All questions shall be addressed to the Contracting Officer, Mary Tuttle at (757)763-4407 or e-mail: mary.tuttle@nsweast.socom.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8921bb34c6f1db241d846270e08c83b5&tab=core&_cview=1)
 
Place of Performance
Address: To BE Determined ; see Statement of Work, United States
 
Record
SN01717590-W 20081213/081211220344-8921bb34c6f1db241d846270e08c83b5 (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.