Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOLICITATION NOTICE

U -- FORCE PROTECTION TRAINING AT VARIOUS NAVY FACILITIES

Notice Date
7/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-02-T-0096
 
Response Due
8/7/2002
 
Point of Contact
Louise Williams, Contract Specialist, Phone 407-380-4048, Fax 407-380-4164, - Jackie Rolly, Contract Specialist, Phone 407-380-8051, Fax 407-380-4164,
 
E-Mail Address
williamslh@navair.navy.mil, rollyjy@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation N61339-02-T-0096 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 01-07. This solicitation is a small business set aside. The NAICS Code for this solicitation is 611699 with a size standard of $5M. This combined synopsis/solicitation is to establish an Ordering contract vehicle for a five-year period to provide local alternative training sources to Navy. The service to be purchased under this document is a proficiently trained student. The training will encompass the course scope and learning objectives identified in the Purchase Description 11E02199, with attachments A-I, dated 15 Jul 02, (See URL to view all attachments). The Vendor shall provide the personnel, supervision, management, materials, equipment, and instructional technology for the Fleet Concentration Areas (FCA) and courses identified in the Purchase Description. Note, the requirement for Lackland AFB, is for six instructors with potential for up to 10 to meet surge requirements. For Groton, CT, the vendor is required to provide for all identified courses on a turn key effort and also instructor only support. Navy facilities and equipment at Groton are not yet fully identified, as a result the vendor may be required to provide all identified courses on a turn key basis and when the Navy has identified facilities and equipment, instructor only support or some combination will be required. ?Turn-key? basis is, vendor provides all facilities, equipment and weapons, consumables, logistic support, lunches, transportation, and medical support (EMT) unless otherwise noted. For Norfolk FCA, vendor is required to provide all identified courses on a turn-key effort and instructor only support; both types of effort are required. For San Diego FCA, ASC is on a turn-key basis. Overseas areas are not yet identified but will include the European, Mid-East and Pacific (excluding Japan) theatres and the requirement will be for instructors only for all courses identified in the PD. Interested vendors may propose to provide training in any or all courses identified or at any or all of the FCAs identified. Proposal must be identify which courses/instructors are offered for which FCA. The proposal should not be more than 15 pages (excluding attachments) and cover all requirements identified in the Purchase Description and be formatted to cover the Technical Management Factors (Company Qualifications, Instructor Screening Process, Instructor Resources, Instructor Qualifications, Logistics, and Facilities), Price Factors, and Past Performance. Proposal should cover the following at a minimum: I- Technical and Management:(a) Company?s Qualifications: Identify your company?s qualification for the conduct of force protection, law enforcement type training and provide description of your management structure. The vendor shall posses all required certifications/accreditations to meet local, State and Federal and industry requirements (i.e., for non-lethal weapons) for instructions in the Law Enforcement and Force Protection areas. Copies of permits, industry certifications will be submitted with vendor?s proposal, or indicate when permits will be received. Identify the type and level of insurance liability insurance coverage and Worker's Compensation coverage your company holds that covers the high-risk training services you propose to provide. Identify if you will agree to "Hold Harmless" the Navy in the event of liability and environmental issues. (See Hold Harmless language in sample at URL at end of solicitation.) Describe your understanding of the Navy courses you propose to teach and the skills and competency requirements to be attained through each course. Identify the interface you envision with the respective Local Training Authority (LTA) and NAWCTSD PJM prior to commencement of classes and the reporting of class status/attendance. Identify whether or not you offer college credit, the number of credit hours to be earned, and toward what academic field, or identify any recognized industry license, certificate, etc., you may provide. Describe your company?s advance notice requirements and class/instructor cancellation policy. (b) Instructor Background Check/Screening process: Identify your company?s hiring process, required instructor qualifications, certification, background screening/checks and indicate if that meets the Lautenburg Amendment, drug screening, medical and mental fitness. Also, identify your recheck process and the company?s standard and process for instructors to maintain their currency. Include a statement that you will comply with all submittals required to the LTA prior to commencing training. (c) Instructor Resources: Identify your instructor resources/pool. Identify your proposed manning level to meet normal training schedules in each homeport area and for meeting surges and whether they are on full time staff or not. Identify the number of classes you can hold/instruct or support in FY03 and out years, and class size for each course you propose to support at each location. For courses and locations that require instructor support only, identify the number of instructors you can provide at each location and how quickly you could respond to support requests. Identify your strategy and approach to prepare for and commence training of the courses you propose to instruct. Identify your estimate of the preparation time required to commence instruction for the first class in each course. (d)Instructor Qualifications: Provide a brief statement on the instructors? qualifications, to include background, industry certifications, professional associations, instructor experience. Describe method for instructors to receive training in Navy core values and sexual harassment and High Risk Instructor Qualification training. Identify instructor?s process for maintaining currency in law enforcement or force protection techniques. (e) Logistics: Provide description of how the company will provide for transportation of students, meals, requirements under the Resource Requirements List such as weapons, consumables (if required), ship board/pier scenarios, container climbing, shipboard tactics, boarding procedures, etc., as required. Also, if no fire arms simulation is available, how the company will meet this requirement. (f) Facilities: Identify/describe the training facilities you are proposing at each location. Describe the live firing range(s) you propose, which types of weapons it can accommodate, and show how the facilities meet governing commercial regulations. (Note: Other Weapons Training for Norfolk and San Diego is anticipated for future requirements. The ability of the proposed range to accommodate these weapons is highly desirable.) Provide a letter of intent or understanding with identified range(s) (if not owned by offeror) that the range can accommodate the Navy training schedule and surge requirements. Identify the distance (average driving time) of the facilities from the respective transportation pick-up points. II- PRICE: Provide your total price for FY 2003 through 2008 on a yearly adjusted scale for each course and for instructor only support at each location. Price should be broken out for 1-12 students, 12-24 students, and/or 1-6 instructors with a price per instructor above 6. Page count for the students? handouts is as follows: SSEW and VBSS, no student handout materials required. ASC has a one time printing of approximately 850 pages of student reference publications and materials to remain in vendor custody and be used for follow-on classes. Provide the overall total costs associated with providing training, such as equipment, range time, transportation, and meals in the price for the respective course. Indicate that you will accept Government Purchase Card for payment. III-PAST PERFORMANCE: Provide relevant contract numbers and points of contact from previous military, government, or commercial training and any other recognition, awards, articles to enable complete past performance evaluations. Attachments for this solicitation can be obtained through the Naval Air Warfare Center web site at http://www.ntsc.navy.mil/Ebusiness/BusOps/Index.cfm (Click on Open Acquisitions, then click the drop down on Document Types and choose SAP RFQ Notices.) Solicitation attachments include: (1) Purchase Description, PD 11EO2199, dated 15 July 2002; (2) Department of Labor Wage Determinations for Norfolk, San Diego and San Antonio; (3) Force Protection Fundamentals Training (FPFT) Training Course Control Document (TCCD); (4) Shipboard Security Engagement Weapons (SSEW) TCCD; (5) Visit Board Search and Seizure (VBSS) TCCD; (6) Armed Sentry Course (ASC) TCCD (note, you must use the separate Resource Requirements List (RRL) and Course Master Schedule provided, not the RRL and CMS in the TCCD); (7)NAVEDTRA 135; (8) CNETINST 1500.20D; (9) OPNAVINST 3591.1C; (10) OPNAVINST 6110.1F; Mil Hndbk 1027/3;(12)?Hold Harmless? document wording. The Government reserves the right to make multiple awards to multiple offerors in the event one offeror cannot meet the required throughput or multiple awards represent the best value to the Government. In addition, the Government reserves the right to perform a site review/inspection of the offferor?s facilities/range(s) to determine capability of complying with Navy safety requirements. Vendor?s inability to pass safety inspections will be terms to not award or to terminate award. The Government reserves the right to award without discussion, and, if necessary, to limit the competitive range to permit efficient competition amongst the most highly rated proposals, IAW FAR 15.306(c)(2). In addition, the Government reserves the right to incorporate these requirements under this solicitation into any existing agreement currently held by the offeror if that offeror is found to provide the best value. Award date is anticipated for September 2002 for effort in October 2002. Government acceptance shall be made at destination. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1 (offers to be submitted on letterhead, and should be submitted to Louise Williams, Code 25332, 12350 Research Parkway, Orlando, FL 32826 at or before 1500 EST, 7 August 2002, late proposals will not be accepted. Proposals may be submitted by FAX); 52.212-2, the following evaluation factors apply: Technical and Management (sub-factors are: Company?s Qualifications, Instructor Screening Process, Instructor Resources, Instructor Qualifications, Logistics, and Facilities), Price and Past Performance. In determining best value, Technical and Management Factors shall be considered slightly more important than Past Performance; Technical and Management and Past Performance when combined shall be considered slightly more important than Price. FAR 52.212-3 (to be submitted with proposal). 52.212-4, 52.212-5 (DEV) (SCA applies). The following DFARS clauses apply: 252.212-7000 (to be submitted with proposal); 252.212-7001, and 252.204-7004 (vendors are required to be registered in the Central Contractor Registration (CCR). The following clauses are included as addenda: 52.211-14-Notice of Priority Rating for National Defense Use, (Sep 1990). Any contract awarded as a result of this solicitation will be a ?DO? rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. The DPAS rating for this solicitation is DO, C9; 52-232-36, Payment by Third Party; 252-209-7004, Subcontracting with Firms that are owned or Controlled by the Government of a Terrorist Country; 52.216-18, Ordering; 52-216-19, Order Limitations; 52.216-21, Requirements. For information regarding this solicitation, contact Louise Williams at (407) 38-0-4048 or Jacqueline Rolly at (407) 380-8051. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 19-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/N61339/N61339-02-T-0096/listing.html)
 
Place of Performance
Address: Norfolk, VA; Groton, CT; Lackland AFB, San Antonio, TX; San Diego, CA; potential for various overseas locations
Country: US
 
Record
SN00171857-F 20020921/020919221913 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.