Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
MODIFICATION

69 -- Close Target Reconnaissance CoInstruction

Notice Date
7/31/2009
 
Notice Type
Modification/Amendment
 
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-0236
 
Archive Date
8/22/2009
 
Point of Contact
Christine G. Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CLARIFY THE PLACE OF PERFORMAN CE FOR TRAINING. TRAINING MUST BE CONDUCTED IN THE UNITED KINGDOM AS IT RUNS PARALLEL TO OTHER ONGOING REQUIREMENTS DURING THIS PERIOD. SOLICITATION CLOSE DATE IS EXTENDED TO FRIDAY, 7 AUGUST 2009 AT 12:00 P.M. EASTERN STANDARD TIME (EST). This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0236, 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) 2005-32 effective 31 March 2009. The North American Industrial Classification Code (NAICS) 611699 applies to this procurement with a business size standard of $7 million. This procurement is Unrestricted. The DPAS rating for this procurement is DO-S10. 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 Close Target Reconnaissance Instruction Training for up to ten (10) personnel during the period of 11-27 October 2009 in accordance with Section C Statement of Work. Training will be held in the vicinity of the contractor's facility. Additionally, the contractor must have available an off-site training location for the application of practical exercises. Slin 0001AA Labor QUANTITY 10 Persons Slin 0001AB Travel QUANTITY 1 Lump Sum Slin 0001AC Material QUANTITY 1 Lump Sum Section C Statement of Work For Close Target Reconnaissance Instruction 10/11/09 - 10/27/09 •1. Scope. Naval Special Warfare Development Group (NSWDG) has identified an immediate need to conduct a course of instruction (COI) in the field of Close Target Reconnaissance to Navy Special Operations Forces (SOF). COI will provide realistic, practical training with application of comprehensive practical exercises. Training must provide the students with basic foot, vehicle, and combination foot-surveillance and technical capability. NSWDG is prepared to conduct for this COI. •1.1 Background. The objective of this training COI is to provide realistic, practical training in areas specific to Close Target Reconnaissance to SOF students. This COI must include a series of practical exercises utilizing appropriate devices and scenarios based on real world events and as covered by the classroom portion of the COI. •1.2 Instruction Dates and Location. The selected contractor wil be prepared to commence training at the contractor facility. The COI will run from 10/11/09 - 10/27/09. The contractor must have available an "off-site" location for the practice of the practical exercisesUpon award of this contract, the contractor will provide NSWDG with a complete plan of instruction for classroom instruction, practical exercises, and testing scenarios. •2. Requirements. 2.1 General. The contractor must present a COI for the designated areas of instruction as outlined in this Statement of Work (SOW). COI may contain topics other than those designated but at a minimum must include the skills and techniques outlined in the SOW. 2.2 Specific Requirements. 2.2.1 Number of Students. The number of students per course of instruction will not exceed ten (10) personnel. 2.2.2 Course of Instruction. COI will include at a minimum the following skills and techniques: *Surveillance Planning Operations *Briefing/DeBriefing Operations *Target Control *Infiltration *Covert Methods of Entry *Internal Movement and Discipline *Document and Material Exploitation *Technical Emplacement/Recovery *Deliberate amd Emergency Exfil and Recovery 2.2.3 Contractor. The course instructors will possess and maintain the following credentials and references: 2.2.3.1 Qualifications. Instructors must have a minimum of 10 years real-world experience in military operations and familiarity with Special Operations Force operational procedures. Experience must have been obtained in hostile semi- and non-permissive operational environments, conducting Covert or Clandestine Intelligence Gathering and Advanced Force Operations Close Target Reconnaissance in direct support of combat operations. 2.2.3.2 Company History. Company must show prior past performance vetting the curriculum and proving successful application with Special Operations Forces and various Special Forces and Intelligence units. Past performance will weigh more heavily towards award than cost. 2.2.3.3 Tactical Application. Instructors past experience must exhibit operational experience in the areas of Urban and Rural Reconnaissance and Surveillance with experience in Technical and Non-Technical Surveillance. 2.2.3.4 Experience. The contractor shall have experience in the disciplines identified in this SOW. The contractor's work history shall demonstrate the experience and skill necessary to perform classroom instruction and practical exercises in the subject areas described in this SOW. 2.2.4 Place of Performance. Training will be conducted primarily at the contractor facility. Additionally, the contractor must have available an off-site training location for the application of practical exercises. 2.2.5 Training Materials. All required training materials and supplies will be supplied by the contractor. 3. Other Conditions/Requirements. 3.1 Security. All tasks shall be conducted in full compliance with DoD security regulations and the DD254 for this effort. At a minimum, contract personnel supporting this contract must possess or be able to obtain a SECRET clearance. The contractor shall not disclose or release the content of any government information or property to other than government authorized persons or activities. The contractor shall immediately notify appropriate security managers of any security violations, security related incidents, or any indication of a potential unauthorized disclosure or compromise of classified or sensitive unclassified material or information. 3.2 Disclosure of Government Information. The contractor shall not disclose or release to other than government authorized persons or activities, the content of any government information or property. The contractor shall immediately notify appropriate security managers of any security violations, security incidents, or any indication of potential unauthorized disclosure or compromise of classified or sensitive or sensitive unclassified material or information. ADDITIONAL REQUIREMENTS CONTRACTOR WILL NOT DISCLOSE CONTRACT DETAILS TO THIRD PARTIES OR USE AWARD OF THIS CONTRACT AS ENDORSEMENT OR ADVERTISEMENT IN PART OR WHOLE WITHOUT THE EXPRESS AUTHORIZATION OF THE PUBLIC AFFAIRS OFFICER OF THE U.S. NAVY. THE CONTRACTOR WILL NOTIFY THE CONTRACTING OFFICER IMMEDIATELY IF THIRD PARTY INQUIRIES ARE MADE. SECTION I CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions (Jul 2004) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.204-7 Central Cont ractor Registration (Apr 2008) FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 52.209-6 Protecting the Government's Interes t When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Sep 2006) FAR 52.211-5 Material Requirements (Aug 2000) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use (Apr 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (May 2009) (DEVIATION) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.227-1 Authorization and Consent (Dec 2007) FAR 52.232-17 Interest (Oct 2008) FAR 52.232-9 Limitation on Withholding of Payments (Apr 1984) FAR 52.232-17 Interest (Oct 2008) FAR 52.232-33 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.244-6 Subcontracts for Commercial Items (Mar 2009) FAR 52.249-8 Default (Fixed-Price Supply & Services)(Apr 1984) DFARS 252.204-7004 Central Contractor Registration (Sep 2007) Alt A DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFARS 252.211-7003 Item Identification and Valuation (Aug 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009)(Deviation) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002) SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998) CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-2 Evaluation Commercial Items (Jan 1999) •(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 Capability, Past Performance and Price. Technical Capability and Past Performance when combined with price, are relatively equal to price. Award will be made based on best value to the government. •(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 offeror), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009) Alternate I (Apr 2002). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://www.orca.bpn.gov. FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (May 1989) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) Alternate I (Apr 2002) SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (Jan 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 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 and telephone number of the Contracting Officer is Leigh Walker, email: leigh.walker@vb.socom.mil, phone (757) 893-2713, fax (757) 893-2957, mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (Revised November 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.204-9004 Foreign Persons (Jan 2006) In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____): •(1) Full Name: (2) Date of Birth: (3) Place of Birth: (4) Nationality: (5) Social Security Number: (6) Visa Status: (7) Current Address: (8) If a Subcontractor, Subcontractor Name and Address: (9) Biographic data and/or resume: PROTECTING "FOR OFFICIAL USE ONLY" (FOUO) INFORMATION: •1. GENERAL: •a. The "For Official Use Only" (FOUO) marking is assigned to information at the time of creation by its creation in a DoD User Agency. It is not authorized as a substitute for a security classification marking but it is used on official government information that may be withheld from the public under exemptions 2 through 9 of the Freedom of Information Act (FOIA). •b. Other non-security markings, such as "Limited Official Use" and "Official Use Only" are used by non-DoD User Agencies for the same type of information and should be safeguarded and handled in accordance with instruction received from such agencies. •c. Use of the above markings does not mean that the information cannot be released to the public under FOIA, only that it must be reviewed by the Government prior to its release to determine whether its significant and legitimate government purpose is served by withholding the information or portions of it. "This document contains information EXEMPT FROM MANDATORY DISCLOSURE UNDER THE FOIA. Exemptions apply." •d. Removal of the "For Official Use Only" marking can only be accomplished by the originator or other competent authority. When the "For Official Use Only" status is terminated, all known holders will be notified to the extent practical. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (Jan 2000) 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: Christine Anderson, email: christine.anderson@vb.socom.mil, phone (757) 893-2715, fax (757) 893-2957, mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.228-9000 Required Insurance (2003) The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Automobile Bodily Injury Liability $200,000 per person/ $500,000 per occurrence (EXAMPLE) Property Damage Liability $20,000 per occurrence (EXAMPLE) Workers Compensation & Occupational Disease As required by federal and State Statutes Employer's Liability $100,000 (EXAMPLE) 5652.233-9000 Independent Review of Agency Protests (2005) Section I All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Director of Procurement. 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. 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. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Christine Anderson by email at christine.anderson@vb.socom.mil, phone: (757) 893-2715, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 15 July 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0236/listing.html)
 
Place of Performance
Address: Training will be conducted in the United Kingrom. Additionally, the contractor must have available an off-site training location for the application of practical training exercises., United States
 
Record
SN01896054-W 20090802/090801001534-01a8261d52bf400816a38428d0b02c40 (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.