Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

U -- HAND TO HAND FIGHTING COURSE OF INSTRUCTION

Notice Date
9/22/2014
 
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
H92244-15-T-0002
 
Archive Date
11/7/2014
 
Point of Contact
Tina Ford, Phone: 757-862-9468
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for Commercial Items 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; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-15-T-0002, and 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 2005-76 effective 25 Aug 2014. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611699 with a business size standard of $11 million. The DPAS rating for this procurement is DO-S10 The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B: Schedule of Supplies/Services Contract Line Item Number (CLIN) 0001 Training Course of Instruction Unit of Issue: Hours Qty: 240 Includes: Hand to Hand Fighting Technique training sessions at NSWDG in accordance with the Statement of Objectives (SOO) Period of Performance: Date of award for one year. Training at NSWDG will be arranged weekly through the command point of contact. CLIN 1001 (OPTION) Training Course of Instruction Unit of Issue: Hours Qty: 240 Includes: Hand to Hand Fighting Technique training sessions at NSWDG in accordance with the Statement of Objectives (SOO) If exercised period of performance will be one year from date of option exercised. Training at NSWDG will be arranged weekly through the command point of contact. CLIN 2001 (OPTION) Training Course of Instruction Unit of Issue: Hours Qty: 240 Includes: Hand to Hand Fighting Technique training sessions at NSWDG in accordance with the Statement of Objectives (SOO) If exercised period of performance will be one year from date of option exercised. Training at NSWDG will be arranged weekly through the command point of contact. Location of training: NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461 Section C Statement of Objectives. 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 Objectives (SOO) 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 will include all aspects of military hand to hand fighting, should be operationally focused, and will be conducted both with and without full kit using NSWDG crawl, walk, run hand to hand fighting training methodology. Techniques must comply with NSWDG standard operating procedures, rules of engagement, use-of-force continuum, and deadly force restrictions and guidelines. Course of instruction should incorporate the tactical employment of hand to hand fighting 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 NSWDG personnel that will be sustained over time. This contract shall be executed by session requirement; the frequency of occurrence will be scheduled through the Technical Command Point of Contact. 2. REQUIREMENTS: The on-site training sessions will be divided into 15 courses of instruction in one year. Each course of instruction will last for one week, Monday through Friday, 5 days total: 4 days for 3 hours and 1 day for 4 hours to equal 16 hours. The number of students per course of instruction occurring at the NSWDG command shall be no more than thirty (30) students. Instruction will include at a minimum the following fighting techniques: a. Hand to Hand Fighting Technique Training 1. Basic striking, wall tactics, ground grappling, and weapons transitions. 2. Multiple target training. b. Grappling Training 1. Brazilian jiu-jitsu, Olympic judo, wrestling and/or a combination of all three. 2. Striking concepts while grappling. 3. QUALIFICATIONS: a. Primary Instructor shall have/be: • Black Belt in Guerilla Jiu-Jitsu under Dave Camarillo • Guerilla Combatives Master Instructor • Modern Army Combatives Level 4 Subject Matter Expert Certification • Minimum (10) years' experience teaching beginner through advanced students 4. PLACE OF PERFORMANCE: NAS OCEANA, Dam Neck Annex, NSWDG, Virginia Beach, Virginia. Contractor's quote should include all travel cost to and from Virginia Beach area. 5. OTHER CONDITIONS/REQUIREMENTS: Work under this task order 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 will be responsible for providing the Government with a monthly report of command members trained and training qualifications obtained. 6. DELIVERABLES: Paragraph Deliverables Delivery Requirements 6 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 SPECIFICATIONS • Hand to Hand Fighting Technique training must include striking techniques, wall work, grappling, weapons techniques, and multiple opponent strategies. Grappling training must include submissions, throws, takedowns, and clinch/ground striking concepts. • Hand to Hand Fighting Technique training must provide techniques and procedures based on current and real world scenarios. • Hand to Hand Fighting Technique training must work effectively with NSWDG equipment (i.e., boxing gloves and grappling mats) and must be applicable in confined spaces or shipboard environment. Government furnished SOF related Personal Protection Equipment and weapons will be implemented during training as well. • At the conclusion of the course, the student experience and practical levels of capabilities will be increased in the following areas to the greatest extent possible under the time provided: upper-body and lower-body strikes, grappling against a wall, grappling on the ground, weapon techniques and retention, multiple target strategies, strangulations, joint locks, throwing, trips, sweeps, shots, and the transition between striking and grappling. Initial student experience will vary from three (3) to fifteen (15) years of related training. • Company must have prior experience in the development and delivery of a Hand to Hand Fighting Technique skills course to United States Special Operations Forces (SOF). CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Nov 2013 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 May 2014 FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Apr 2014 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items May 2014 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May 2014 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2014 FAR 52.217-8 Option to Extend Services Nov 1999 FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns May 2014 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2014 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 Veterans Sep 2010 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Veterans Sep 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.228-5 Insurance -- Work on a Government Installation Jan 1997 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-36 Payment by Third Party May 2014 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.237-3 Continuity of Services Jan 1991 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 Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management Alternate A Feb 2014 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.225-7000 Buy American -Balance of Payments Program Certificate Jan 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 SOFARS 5652.237-9000 Contractor Personnel Changes Section I 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K Section I 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. The name of each instructor shall be provided. 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. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted 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 I Offeror Representations and Certifications Commercial Items (May 2014) - Alternate 1 May 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-99 (DEV) Establishing a Minimum Wage for Contractors (Deviation) Jun 2014 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 FAR 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 received notice of such availability, to be confirmed by the contracting officer. 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) 862-9465. 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. 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: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil; phone (757) 862-9468; fax (757) 862-9478 ; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 23 Oct 2014. Quotes received after this time frame shall 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 based on best value. The prospective offeror must be registered with the System for Award Management Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 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: Tina Ford, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Tina Ford at tina.ford@vb.socom.mil or phone (757) 862-9468 or fax to (757) 862-9478.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-15-T-0002/listing.html)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03522257-W 20140924/140922235603-4b8c65d8af4f0cc4c43b1af117642ed4 (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.