Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2013 FBO #4332
MODIFICATION

U -- COMBATIVES - WESTERN BOXING

Notice Date
10/2/2013
 
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
H92244-13-T-0311
 
Archive Date
9/28/2013
 
Point of Contact
Catherine A. Prestipino, Phone: 7578629467
 
E-Mail Address
catherine.prestipino@vb.socom.mil
(catherine.prestipino@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. A copy of this solicitation is also posted within this notice as an attachment due to formatting issues within the website. 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 H92244-13-T-0311. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 effective 01 August 2013, and DFARS 20130808. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $10.0 million applies to this procurement. This procurement is set-aside 100% for Small Businesses. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure western style boxing training. Please refer to the Section C - Specifications. This request for quote is subject to the following clause: 52.232-18 -- Availability of Funds (Apr 1984) - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Section B - Supplies or Services The Contractor shall provide combative training various days of the week in accordance with the statement of work. Period of Performance is 01 October 2013 through 30 September 2014. Contract Line Item Number (CLIN) 0001 Group Lessons. Contractor shall provide at least one (1) instructor at Government Facility in accordance with the statement of work identified in Section C up to thirty (30) students. Period of Performance is 01 October 2013 through 30 September 2014. QUANTITY 66 HOURS CLIN 0002 Group Lessons at Contractor's Facility. Command members may attend regularly attended sessions at the contractor facility up to 30 students. Period of Performance is 01 October 2013 through 30 September 2014. QUANTITY 400 HOURS CLIN 0003 Private Group Lessons. Command members may attend private sessions at the Contractor facility. Up to 15 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 Period of Performance is 01 October 2013 through 30 September 2014. QUANTITY 50 HOURS CLIN 0004 Private Individual Lessons. Command 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. 01 October 2013 through 30 September 2014. QUANTITY 74 HOURS OPTIONAL CLINs OPTION CLIN 1001 Group Lessons. Contractor shall provide at least one (1) instructor at Government Facility in accordance with the statement of work identified in Section C up to thirty (30) students. Period of Performance is 1 October 2014 through 30 September 2015. QUANTITY 66 HOURS OPTION CLIN 1002 Group Lessons at Contractor's Facility. Command members may attend regularly attended sessions at the contractor facility up to 30 students. Period of Performance is 1 October 2014 through 30 September 2015. QUANTITY 400 HOURS OPTION CLIN 1003 Private Group Lessons. Command members may attend private sessions at the Contractor facility. Up to 15 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 Period of Performance is 1 October 2014 through 30 September 2015. QUANTITY 50 HOURS CLIN 1004 Private Individual Lessons. Command 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. 1 October 2014 through 30 September 2015. QUANTITY 74 HOURS Section C - Specifications 1. SCOPE: Naval Special Warfare Development Group (NSWDG) personnel conduct advanced research and development of tactics for use by Naval Special Warfare Forces. In order to successfully conduct this mission, they must be trained and prepared to conduct a diverse range of combat skills. This Statement of Work (SOW) defines the efforts required to provide practical, sustainment training in an advanced armed/unarmed combat course of instruction to personnel attached to NSWDG. Course instruction shall include all aspects of military combatives, shall be operationally focused, and shall be conducted with and without full kit using NSWDG crawl, walk, run combative training methodology. Techniques shall comply with NSWDG standard operating procedures, rules of engagement, use-of-force continuum, and deadly force restrictions and guidelines. Course of instruction shall incorporate the tactical employment of Combatives techniques while teaching students how to adapt to different scenarios and specific needs. 1.1 BACKGROUND: The objective of this training schedule is to provide realistic, practical training to command personnel that will be sustained over time. This contract will be executed by session requirement; the frequency of occurrence will be scheduled through the Technical Command Point of Contact. 2. TECHNICAL COMMAND POINT OF CONTACT: The designated technical representative is to be completed upon award of the contract who can be reached at TBD or email to TBD. 3. CONTRACTUAL COMMAND POINT OF CONTACT: The Contract Specialist is Catherine Prestipino who can be reached at (757) 862-9467 or email to catherine.prestipino@vb.socom.mil 4. REQUIREMENTS: The on-site training shall take place on a weekly basis from Monday through Friday, as required, during the period of performance of the contract. Training identified in CLINs 0001 and 0002, and their corresponding options, will occur a minimum of two hours per month. Training identified in CLINs 0003 and 0004, and their corresponding option CLINs will occur on an as needed basis and be scheduled in coordination with the Government technical point-of-contact and contractor point of contact.The number of students per course of instruction occurring at the command shall be no more than thirty (30) students. Instruction shall 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 mitt and bag training. • Advanced application to include boxing combinations, foot work and balance and self-defense. 5. SPECIFICATIONS • Combative training shall include close quarter striking techniques, close quarter hand to hand combat fighting, and defensive counter strike techniques. • Combative training shall provide techniques and procedures based on current and real world scenarios. • Combat training shall work effectively with command-provided equipment (i.e., head gear and boxing ring) and shall be applicable in confined spaces or shipboard environment. Government furnished Special Operations Forces (SOF) related Personal Protection Equipment and weapons will be implemented during training, as well. • At the conclusion of each course of instruction, 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 defensive boxing techniques, and multiple opponent strategies. Initial student experience will vary from three (3) to fifteen (15) years of related training. • Facility o Contractor shall provide a local (within fifty (50) mile radius) combative facility equipped consistent with above specified disciplines. Equipment includes, but is not limited to, bags, mats, head gear, and boxing ring areas. Facility shall be capable of accommodating up to thirty (30) individuals to facilitate training. 6. INSTRUCTOR AND CONTRACTOR QUALIFICATIONS: a. Instructor (s) shall have the following western boxing experience and qualifications. • COMPETITION: Instructor(s) shall 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(s) shall possess an established background in employing and incorporating Western Boxing techniques into tactical military scenarios. Instructor(s) shall have verifiable experience training various to Special Operations Forces (SOF). b. Primary Instructor shall have a minimum of five (5) years of SOF experience; minimum 10 years experience in teaching beginner through advanced students; recognition nationally and militarily as a boxing expert. c. Contractor shall have prior experience in the development and delivery of a combative skills course to SOF. 7. PLACE OF PERFORMANCE: NAS OCEANA, Dam Neck Annex, NSWDG, Virginia Beach, Virginia and Contractor Facility. 8. OTHER CONDITIONS/REQUIREMENTS: Work under this contract shall be conducted during normal working hours 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 shall provide a monthly report of command members trained and training qualifications obtained to the Government. 9. DELIVERABLES: Paragraph Deliverables Delivery Requirements 5 List of command members trained and training qualifications By the 5th 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. Contractor shall send an electronic copy of the deliverable to (1) the technical point-of-contact at an e-mail address to be provided after contract award and (2) submit a copy of the monthly deliverable with the monthly invoice. CLAUSES INCORPORATED BY REFERENCE FAR 52.204-97 System for Award Management Jul 2013 FAR 52.204-10 FAR 52.209-6 Reporting Executive Compensation and First-Tier Subcontract Awards Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2012 Jul 2013 FAR 52.211-14 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jul 2013 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 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 Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Jul 2013 FAR 52.233-1 Alt I Disputes - Alternate 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 52.242-15 Stop Work Order Aug 1989 FAR 52.243-1 Alt 1 Changes - Fixed Price Alternate 1 (Apr 1984) Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252.204-7003 Requirements Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights Control of Government Personnel Work Product Sep 2011 Jan 2009 DFARS 252.204-7004 Alt A System for Award Management - Alternate A May 2013 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2013 DFARS 252.225-7000 DFARS 252.225-7001 DFARS 252.232-7010 Buy American Act-Balance of Payments Program Certificate Buy American Act and Balance of Payments Program Levies on Contract Payments June 2012 Dec 2012 Dec 2006 DFARS 252.243-7002 DFARS 252.247-7023 Requests for Equitable Adjustments Transportation of Supplies by Sea Alt III Dec 2012 May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil. 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 in descending order of importance: (1)Technical ability to meet specifications, (2) past performance and (3) price. The offeror shall provide the details to describe how it meets the technical specifications for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. The offeror must submit relevant and current past performance in for the requirement described in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (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. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Jul 2013 Items (Apr 2011) - Alternate 1 FAR 52.212-5 Deviation Contract Terms And Conditions Required To Implement Jan 2013 Statutes Or Executive Orders--Commercial Items Deviation FAR 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 10 days. FAR 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 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 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 12 months. FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 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. SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 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. 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. Quotes must be received no later than 11:00 AM Eastern Standard Time (EST) on 01 November 2013. Quotes received after this time frame will not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government. Quotes shall identify the quantity, unit price, and extended price inclusive of travel, labor, and other direct costs. The prospective offeror must be registered with the System for Award Management website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: NO1K2, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is Prestipino at catherine.prestipino@vb.socom.mil or phone (757) 862-9467 or fax to (757) 862-9467.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0311/listing.html)
 
Place of Performance
Address: 1636 Regulus Avendue, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03210549-W 20131004/131002235155-972eb8924a305f109cfb8758faf56b3e (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.