Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
MODIFICATION

U -- Combative Training Support

Notice Date
11/29/2010
 
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
H92244-11-T-0010
 
Archive Date
12/18/2010
 
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
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REVISE SECTION BE AS IDENTIFIED BELOW. 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 H92244-11-T-0010, 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) 2005-46 effective 29 September 2010. The North American Industrial Classification Code (NAICS) 611699 applies to this procurement with a business size standard of $7 million. This procurement is 100% small business set-aside. 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 services: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Combative Training. Provide combative training various days of the week in accordance with the statement of work identified in Section C. Period of Performance is Date of Award through twelve months. Subline Item Number (SLIN) 0001AA Group Lessons at NSWDG. Contractor shall provide at least one (1) instructor at NSWDG in accordance with the statement of work identified in Section C up to twenty (20) students. Period of Performance is Date of Award through twelve months. QUANTITY 136 HOURS SLIN 0001AB Group Lessons at Contractor's Facility. NSWDG members may attend regularly attended sessions at the contractor facility up to 20 students. Period of Performance is Date of Award through twelve months. QUANTITY 400 HOURS SLIN 0001AC Private Group Lessons. NSWDG members may attend private sessions at the Contractor facility. Up to 10 individuals may attend per private session. Private session training will be arranged when needed through the command combative training point of contact. Period of Performance is date of award through twelve months. QUANTITY 75 Sessions SLIN 0001AD Private Individual Lessons. NSWDG members may attend private sessions at the Contractor facility. Private session training will be arranged when needed through the command combative training point of contact. Period of Performance is date of award through twelve months. QUANTITY 75 SESSIONS Section C Specifications 1.0 Scope. The Naval Special Warfare Development Group (NSWDG) personnel conduct advanced research and development of tactics for use by the Naval Special Warfare Forces. Course instruction will include all aspects of military combatives (hand-to-hand combat techniques consistent with the U.S. Modern Army Combatives Program and the U.S. Marine Corps Martial Arts Program). Course instruction should be operationally focused and be conducted with and without full kit use using NSWDG crawl, walk, run combative training methodology. Techniques must comply with NSWDG standard operating procedures, rules of engagement and use-of-force continuum. Training must also comply with NSWDG deadly force restrictions and guidelines. Course of instruction should incorporate the tactical deployment of combative techniques while teaching students how to adapt to different scenarios and specific needs. 2.0 Background. The objective of this training schedule is to provide realistic, practical training to NSWDG personnel that will be sustained over time. This contract will be executed by session requirement; the frequency of occurrence will be five days weekly, as required. 3.0 Technical Command Point of Contact. The designated technical representative is Mr. Shanon Chau who can be reached at (757) 893-3554 or email to shanon.chau@vb.socom.mil. 4.0 Contractual Command Point of Contact. The designated contractual representative is Christine Anderson who can be reached at (757) 893-2715 or email to christine.anderson@vb.socom.mil. 5.0 Requirements. The on-site training will take place on a weekly basis from Monday through Friday, as required, during the period of date of award through twelve months. The number of students per course of instruction occurring at the NSWDG compound shall be no more than thirty (30) students. Instruction will include at a minimum the following fighting techniques: *Close quarter striking techniques to include punches, parries (blocks) and counterstrikes *Sound training techniques to include focus mit and bag training *Advanced application to include boxing combinations, foot work and balance and self-defense 6.0 Qualifications. Instructor must have significant career level western boxing experience. Competition. Instructor(s) must be nationally or internationally recognized at world level competitions such as the Junior Olympics, the International Military Sports Council, and the National USA boxing golden gloves. Tactical Application. Instructor must possess an established background in employing and incorporating Western Boxing techniques into tactical military scenarios to include, but not limited to, Close Quarter Battle (CQB), Military Operations on Urban Terrain (MOUT), and Visit, Board, Search and Seizure (VBSS). Instructor(s) must have verifiable experience training various groups of military and law enforcement groups and individuals. 7.0 Place of Performance. NSWDG, Virginia Beach, Virginia and Contractor Facility 8.0 Other Conditions/Requirements. Contractor must maintain the ability to obtain a SECRET security clearance. Work under this contract shall be completed during normal working hors which are 7:30 a.m. to 4:00 p.m. when applicable; however, availability, time constraints, and varying schedules may require class time outside the scope of normal business working hours. The contractor is responsible for providing the government with a monthly report of command members trained and training qualifications obtained. 9.0 Deliverables. Paragraph Deliverables Delivery Requirements 8.0 List of command members trained and training qualifications obtained By the 5 th day after the end of the first complete calendar month and each month thereafter in electronic format (i.e., Microsoft Word or Excel) until contract completion 10.0 Specifications Combative training must include close quarter striking techniques, close quarter hand to hand combat fighting, and defensive counter strike techniques. Combative training must provide techniques and procedures based on current and real world scenarios. Combat training must work effectively with NSWDG equipment (i.e., head gear and boxing ring) and must be applicable in confined spaces or shipboard environment. Government furnished Special Operations Forces (SOF) related and classified equipment will be implemented during training as well. At the conclusion of each course of instruction provided under the individual delivery orders, the student experience and practical levels of capabilities will be increased in the following areas to the greatest extent possible under the time provided: foot work, balance, blocks, punches, counter punches, and clinch work, offensive and defense boxing techniques, and multiple opponent strategies. Initial student experience will vary from three (3) to fifteen (15) years of related training. Contractor must have prior experience in the development and delivery of a combative skills course to SOF. Facility. Contractor will provide a local combative facility equipped consistent with above specified disciplines. Equipment includes, but is not limited to, bags, mats, head gear, and boxing ring areas. Facility must be capable of accomodating up to 30 individuals to facilitate training. Primary Instructor must have a minimum of five (5) years of SOF experience; minimum 10 years experience in teaching beginner through advanced students ; recognition nationally and miitarily as a boxing expert Section H Special Contract Requirements Blanket Purchase Agreement (BPA) Terms and Conditions •1. AUTHORITY. This Blanket Purchase Agreement (BPA) is entered into under the authority of 10 USC 2304 and the Federal Acquisition Regulation Part 13.303, Blanket Purchase Agreements. •2. Definition. •a. A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources of supply or services. •b. Ordering Officer is Contracting Officer Representative (COR) with written authorization from a warranted Contracting Officer. Section I - Contract Clauses FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-14 Notice of Priority Rating for National Defense Use Sep 1990 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Jul 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Mar 2009 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Apr 2009 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Feb 2008 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Aug 2007 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-29 F.o.b. Origin and 52.247-34 F.o.b. Destination Feb 2006 FAR 52.247-34 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jul 2009 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2005 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1 Jul 2009 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 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 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 Ana Downes, telephone (757) 893-2722. All questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will not be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to Christine Anderson at christine.anderson@vb.socom.mil no later an 12 p.m. Eastern Standard Time (EST) on 1 December. Quotes must be received no later than 3 December at 12:00 p.m. Eastern Standard Time (EST). The offeror agrees to hold its prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Christine Anderson. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all of the solicitation requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-11-02 07:58:21">Nov 02, 2010 7:58 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-11-29 13:13:33">Nov 29, 2010 1:13 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0010/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue and Contractor Facility, Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN02334700-W 20101201/101129234112-e2de5a613e93edba0374033bf62a6fc4 (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.