Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOLICITATION NOTICE

U -- JOINT TERMINAL TRAINING

Notice Date
12/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group One, 3632 Guadalcanal Road, Bldg. 165 West, San Diego, California, 92155
 
ZIP Code
92155
 
Solicitation Number
H92240-09-R-G014
 
Response Due
1/19/2009 2:00:00 PM
 
Point of Contact
Betty Kimes,, , Gloria D. Kelley,, Phone:
 
E-Mail Address
betty.kimes@navsoc.socom.mil, gloria.kelley@navsoc.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of commercial items prepared in accordance with the format in FAR Part 12.6, associated references as it pertains to FAR Part 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be available for this requirement. Quotations are being requested and a written solicitation will not be issued. All responsible sources may submit a quotation. The solicitation is issued as a Request for Quotation (RFQ), reference number H92240-09-R-G014. To meet Naval Special Warfare Group One (NSWG-1) mission, NSWG-1 seeks contractor to instruct academic instruction on aircraft capabilites, weapon capabilities and joint publications review; over 125 days of support. Contractor will need to provide Key Personnel (Pilot and Joint Terminal Attack Controller as Facilitators of the course. Complete description of requirement can be found in the Statement of Work. Quotations are due no later than January 19, 2009 at 2:00 pm Pacific Time. Submissions shall be made via email to Gloria.Kelley@navsoc.socom.mil. Failure to submit a response by the time and date established may result in the quote not being considered. NSWG-1 reserves the right to consider quotes received after submission deadline at its discretion. By submitting quotations, contractors agree to comply with all terms and conditions as set forth in the RFQ, to include SOW and Clauses/Provisions. Questions regarding this synopsis/ solicitation shall be submitted via email Betty Kimes, Contract Specialist at Betty.Kimes@navsoc.socom.mil. STATEMENT OF WORK (SOW) JOINT TERMINAL ATTACK COMPTROLLER 1.0 Contractor shall provide three (3) man instruction team (1-pilot, 2 JTACs) to perform the following: 1.1 Academic Preparation 1.1.1 Joint Publications 1.1.2 Joint Service / Platforms capabilities 1.1.2.1 Fixed Wing fighters and Rotary wing aircraft 1.1.2.2 Weapons, fuzes, and weaponeering 1.1.2.3 Command and Control Network 1.1.2.4 Marking / signaling devices 1.2 Close Air Support (CAS) Scenario Generation 1.1 Special Instructions 1.2 Mixed force integration 1.3 Range / MOA (Military Operating Airspace) specific target sets Airspace Control Measures 1.4 OPTASKLINK (Operational Task Link) and tactical data link 1.3 Training 1.3.1 JTAC (Joint Terminal Attack Controller) and CAS (Close Air Support) Instruction 1.3.2 Type 1 and Type 2 CAS controls 1.3.3 Command and Control networks simulation 1.3.4 UAV (Unmanned Aerial Vehicle) Integration 1.3.5 VDL (Video Down Link) and Datalink operations 2.0 Management Requirements 2.1 Management experience 2.2 Must have personnel that are qualified Fighter Pilots available during training instructions. 3.0 Documentation Requirements 3.1 All JTAC instructor staff must have current DoD JTAC qualification. 4.0 Support Requirements 4.1Company must have instructors that have OIF/OEF (Operation Iraqi Freedom/ Operation Enduring Freedom) experience within 90 days of each block of instruction 5.0 Training Requirements 5.1 IAW USSOCOM Manual 350-5 and applicable JCAS (Joint Close Air Support) Manuals 6.0 Contractor shall provide: 6.1 Classroom facilities 6.2 Government property access (NTC) 6.3 Transportation to Range property for execution of instructional services 6.4 Internet access 6.5 Available government academics. Consultant may retain compies 7.0 Project schedule will be determined by Government Representative for 7.1 Instruction to include 2 weeks yearly (1 week Biyearly) of Classroom instruction for CT (Continuation training) IAW USSOCOM Manual 350-5 7.2 Instruction to include integration into Current TRADET ULT (Unit Level Training) schedule. 7.3 Instruction to be included in biyearly CERTEX. 7.4 Additional instruction to be provided for JTAC (Joint Terminal Attack Controller) specific training evolutions. (Nellis AFB, Greyling ANG AGR, UTTR, Luke AFB, FT Irwing, SCI SHOBA, etc.) 8.0 EMERGENCY MEDICAL SERVICES Emergency medical services will be provided by the contractor. NSWG-ONE will review planned emergency action plan and inform the contractor of any required improvements. 9.0 LIABILITY CLAUSE If Navy personnel allegedlu 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 allegedly 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 Mitary 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 Norfolk, VA 23511. In no case will government liability exceed that allowable under the Federal Tort Claims Act or Military Claims Act. 10.0 Period of Performance: 125 days in Fiscal Year 2009 11.0 Place of Performance: San Diego, California 12.0 EVALUATION 12.1 The government plans to award a contract resulting from this solicitation to the responsible contractor/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 12.1.1Capability to Perform 12.1.2Past Performance 12.1.3Price 12.2Only those offers which are determined by the Contracting Officer to be technically capable of performing under factor 12.1.1 will be further evaluated under factors 12.1.2 and 12.1.3. In the second step of evaluating those offers determined under factor 12.1.1 to be technically acceptable, factor 12.1.2, Past Performance, is slightly more important than factor 12.1.3, Price 12.3At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with contractors/offerors. Each initial offer should, therefore contain the contractor/offeror’s best terms from both a price and technical standpoint 12.4By submitting a signed proposal under this solicitation, contractor/offeror asserts that it is technically capable of performing the specification/statement of work and all aspects of this contract. The Contracting Officer will validate contractor/offeror has financial resources, organization and facilities required to perform the contract. 12.4.1Technical Capability to Perform represents minimum acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award 12.4.2Contractor/Offeror’s Past Performance information will be used to make a determination of whether the contractor/offeror has a satisfactory record of past performance. Contractor/Offerors should, therefore provide performance history and reference to demonstrate satisfactory performance for up to three prior similar contract performed within the past three years. 12.4.2.1Past Performance information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information 12.4.2.2Contractors/Offerors which lack relevant past performance history will receive a neutral rating for this factor. Any contractor/offeror’s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal when compared to the proposals of other contractor/offerors 12.4.2.3The Contracting Officer will evaluate Contractor/Offeror’s Past Performance as follows: 12.4.2.3.1NEUTRAL: No relevant past performance available for evaluation. Contractor/Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor 12.4.2.3.2OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon contractor/offeror’s past performance 12.4.2.3.3SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the contractor’s/offeror’s past performance 12.4.2.3.4MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the contractor’s/offeror’s past performance.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52f5772276ea02e2111c280a6725d8ad&tab=core&_cview=1)
 
Place of Performance
Address: ORANGE COUNTY, CALIFORNIA, SAN DIEGO, California, 92155, United States
Zip Code: 92155
 
Record
SN01721753-W 20081220/081218220422-52f5772276ea02e2111c280a6725d8ad (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.