Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

69 -- Combat Pistol and Rifle Course of Instruction

Notice Date
4/3/2009
 
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 Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0083
 
Archive Date
5/9/2009
 
Point of Contact
Christine G. Anderson,, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0083, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 effective 17 February 2009. The North American Industrial Classification Code (NAICS) 611699 applies with a business size standard of $7.0 million. This procurement is Unrestricted. The DPAS rating for this procurement is DO-S10. Single or multiple awards are contemplated. FOB Points are identified as Origin for CLINs 0001, 0002, 0004, 1001, 1002, 1004, 2001, 2002 and 2004 and Destination for CLINs 0003 and 1003 and 2003. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Full Day Combat Pistol and Rifle Course of Instruction (COI) for five (5) days at the contractor facility. Minimum: three (3) weeks for forty (40) students; Maximum: thirty (30) weeks for 40 students. Period of Performance is one year from date of award. QUANTITY 30 Weeks CLIN 0002 Half Day Combat Pistol and Rifle COI for 5 days at the contractor facility. Minimum: six (6) weeks for forty (40) students; Maximum: sixty (60) weeks for 40 students. Period of Performance is one year from date of award. QUANTITY 60 Weeks CLIN 0003 Full Day Combat Pistol and Rifle COI for 5 days at NSWDG. Minimum: one (1) week for 40 students; Maximum: ten (10) weeks for 40 students. Period of Performance is one year from date of award. QUANTITY 10 Weeks CLIN 0004 Exclusive Facility Use Five (5) Day at the contractor facility. Minimum: three (3) weeks for 40 students; Maximum: thirty (30) weeks for 40 students. Period of Performance is one year from date of award. QUANTITY 30 Weeks CLIN 1001 OPTION Full Day Combat Pistol and Rifle COI at the contractor facility. Period of Performance to be determined QUANTITY 30 Weeks CLIN 1002 OPTION Half Day Combat Pistol and Rifle COI for 5 days at the contractor facility. Period of Performance to be determined QUANTITY 60 Weeks CLIN 1003 OPTION Full Day Combat Pistol and Rifle COI at NSWDG. Period of Performance to be determined QUANTITY 10 Weeks CLIN 1004 OPTION Exclusive Facility Use 5 Day at the contractor facility. Period of Performance to be determined QUANTITY 30 Weeks CLIN 2001 OPTION Full Day Combat Pistol and Rifle COI at the contractor facility. Period of Performance to be determined QUANTITY 40 Weeks CLIN 2002 OPTION Half Day Combat Pistol and Rifle COI at the contractor facility. Period of Performance to be determined QUANTITY 60 Weeks CLIN 2003 OPTION Full Day Combat Pistol and Rifle COI for 5 days at NSWDG. Period of Performance to be determined QUANTITY 10 Weeks CLIN 2004 OPTION Exclusive Facility Use for 5 Days at the contractor facility. Period of Performance to be determined QUANTITY 30 Weeks Section C Description As a result of this training, the students will be skilled in advanced combat pistol and rifle drills and core shooting and moving sustainment training. Specifications for the shooting ranges are as follows: Twenty-three (23) individual reactive steel ranges with 300 separate targets and three (3) paper ranges, allowing personnel to train for several days without shooting the same course of fire twice. Individual ranges must have overhead cover to allow individuals the ability to get instruction and training without leaving the range during all weather conditions. Rifle Ranges must be capable of handling up to 5.56 green tip ammunition and pistol ranges must be able to handle up to 9mm. Nine (9) Steel Man vs. Man ranges with different targets, One (1) steel pistol mover range, One (1) steel rifle mover range, One (1) Steel Rogers range, One (1) steel three-hundred (300) meter range, One (1) two-hundred (200) meter steel vehicle/barricade range, One (1) one hundred (100) meter steel rifle range, One (1) steel alley range, One (1) steel pistol/rifle transition range, Four (4) steel head plate ranges, Two (2) steel El Presidente' ranges, Two (2) paper ranges capable of holding 20 personnel, and One (1) paper range capable of holding forty (40) personnel. The instructors must have Special Operations Force (SOF) experience. Particularly relevant is experience in the development of SOF tactics, techniques and procedures in this area of expertise. CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (APR 1984) 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Sep 2006) - Alternate I (OCT 1995) 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) 52.204-7 Central Contractor Registration (APR 2008) 52.209-1 Qualification Requirements (FEB 1995) 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (SEP 2006) 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2009) 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 (Deviation) (JAN 2009) 52.216-22 Indefinite Quantity (OCT 1995) 52.216-27 Single or Multiple Awards (OCT 1995) 52.217-5 Evaluation of Options (JUL 1990) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 Utilization of Small Business Concerns (MAY 2004) 52.219-28 Post-Award Small Business Program Representation (JUN 2007) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) Alternate I (DEC 2001) 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) Alternate I (JUN 1998) 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees.52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-17 Interest (OCT 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 52.233-1 Disputes (JUL 2002) 52.233-4 -- Applicable Law for Breach of Contract Claim. 52.244-6 Subcontracts for Commercial Items (FEB 2009) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.249-8 Default (Fixed Price Supply & Service) (APR 1984) 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007) 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (JAN 2009) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7002 Requests for Equitable Adjustment (MAR 1998) CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 Evaluation - Commercial Items (JUN 2008) (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: Technical Competence Past Performance Schedule Price Technical, past performance and schedule, when combined, are approximately equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.216-18 Ordering (OCT 1995) (a) Any supplies or services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 72 months. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitations (OCT 1995) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 3 weeks for CLIN 0001, 6 weeks for CLIN 0002, 1 week for CLIN 0003 and 3 weeks for CLIN 0004, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 30 weeks for CLIN 0001, 60 weeks for CLIN 0002, 10 weeks for CLIN 0003 and 30 weeks for CLIN 0004; (2) Any order for a combination of items in excess of 30 weeks for CLIN 0001, 60 weeks for CLIN 0002, 10 weeks for CLIN 0003 and 30 weeks for CLIN 0004; or (3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation on subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 72 months 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFAR1.HTM DFARS: http://farsite.hill.af.mil/VFDFAR1.HTM SOFARS: http://farsite.hill.af.mil/VFussocom1.HTM 52.252-5 -- Authorized Deviations in Provisions (Apr 1984). SOFARS 5652.204-9000 Individual Authorized to Sign (2003) Section K (a) Proposals shall be signed by an authorized individual. The offeror hereby represents that the individual designated below is authorized to bind the corporation, partnership, individual or educational institution. Evidence of authorization shall be provided by the offeror in accordance with the applicable instructions below. If the offeror is a joint venture, each participant in the joint venture shall submit a separate representation. (1) CORPORATIONS: The signatory must be an official or person otherwise authorized to bind the corporation. A Corporate representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the corporation. Corporations may establish the authority of its agents by furnishing a power of attorney with the offer, a corporate resolution, or by causing the following representation to be executed under its corporate seal, provided that the same officer shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the firm named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the corporation and is __________________________ of said corporation; that said contractual instrument was duly signed for and in behalf of said corporation by authority of its governing body; and is within the scope of its corporate powers. AFFIX CORPORATE SEAL (Note: If a corporation does not have a seal or the offer is being submitted electronically, the offeror may print the word "SEAL".) ___________________________ (Signature) (2) PARTNERSHIPS: Partnerships shall establish their authority and the authority of their agents by completing the following representation, provided that it is executed by a partner other than the person signing the contractual instrument. I, _____________________________, represent that I am a partner of the firm of ___________________ consisting of the following partners _____________________________________________________; that ______________ signed this contractual instrument on behalf of said firm and is __________________________ of said firm; that said contractual instrument was duly signed for and in behalf of said firm by authority of partnership; and is within the scope of its corporate powers. __________________________ (Signature) (3) INDIVIDUALS: The signatory must be the owner and the contractual instrument shall be signed as such unless an agent's authority has been established through a power of attorney. Individuals submitting contractual instruments under an agent's signature must furnish a power of attorney to establish the agent's authority. (4) EDUCATIONAL INSTITUTIONS: The signatory must be an official or person otherwise authorized to bind the educational institution. A representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the educational institution. Educational institutions may establish authority of their agents by furnishing with their offeror a power of attorney, a corporate resolution or by causing the following representation to be executed, provided that the same individual shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the educational institution named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the educational institution and is __________________________ of said educational institution; that said contractual instrument was duly signed for and in behalf of said educational institution by authority of its governing body; and is within the scope of its corporate powers. ___________________________ (Signature) (a) Once a power of attorney or corporate resolution has been submitted to establish the authority of its agents, provide reference to the Procurement Instrument Identification Number with which it was submitted by including the following statement in lieu of furnishing an additional copy: "Evidence to establish the authority of the agent signing this document was submitted with Document Number _________________." SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) Section L All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: NSWDG, Attn: Christine Anderson (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, phone (757) 893-2715, fax (757) 893-2957, email christine.anderson@vb.socom.mil SOFARS 5652.237-9000 Contractor Personnel Changes (1998) •(a) The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee's name, security clearance and technical qualifications. •(b) Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and training costs for replacement personnel. •(c) Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for: •(1) employees removed as a result of cancellation or completion of the contract, •(2) employees removed due to death or incapacitating illness or injury, •(3) or employees removed or replaced at the Government's request. •(d) If any employee removes him/herself from the employ of the contractor, such removal will be at no additional cost to the Government. SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address, telephone number and email address of the Contracting Officer is NSWDG, Attn: Leigh Walker, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, telephone (757) 893-2713, fax (757) 893-2957, email leigh.walker@vb.socom.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c238428fb558d06049db28b79bdd9ed1&tab=core&_cview=1)
 
Place of Performance
Address: Contractor Facility for CLINs 0001, 0002, 0004, 1001, 1002, 1004, 2001, 2002 and 2004., NSWDG for CLINs 0003, 1003 and 2003., Virginia Beach, United States
 
Record
SN01785863-W 20090405/090403221633-c238428fb558d06049db28b79bdd9ed1 (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.