SOLICITATION NOTICE
U -- Hand to Hand Combat Training
- Notice Date
- 1/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, VA, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92243-06-T-TC01
- Response Due
- 2/7/2006
- Archive Date
- 2/8/2006
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, H92243-06-T-TCO1 is issued as a request for quotation (RFQ) and is anticipated to result in a Firm Fixed Price (FFP) contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08, effective as of 05 January 2006. The associated NAICS code is 611620 and the small business standard is $6.5M. This procurement is 100% small business set-aside. Line Item 0001 NAVAL SPECIAL WARFARE GROUP TWO has a potential requirement for Hand-to-Hand Combat Training. 1. SCOPE. 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 Naval Special Warfare Group Two (NSWG-2). Course instruction shall include Brazilian Jiu Jitsu (BJJ), Thai Kickboxing, and Kali weapons training. Course of instruction shall incorporate the tactical employment of these hand-to-hand 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 NSWG-2 personnel that will be sustained over time. 2. REQUIREMENTS. The on-site training will take place up to two times per week, for a six-month period. The required dates shall be determined at a future time. The number of students per course of instruction occurring at the NSWG-2 compound shall not be limited. Course of instruction will include at a minimum the following fighting techniques: a. BRAZILIAN JUI-JITSU (BJJ): ground-fighting focusing on body control and submission grappling. b. THAI KICKBOXING: hand-to-hand combat to include punches, kicks, elbows, knees, standing grappling, and head-butts. c. KALI TECHNIQUE: weapons, knife and stick fighting. The course instructors shall possess and maintain the following credentials and references: d. QUALIFICATIONS: must hold a black belt in Gracie Jiu-Jitsu, and be a certified instructor in Muay Thai and be certified in Kali. e. TACTICAL APPLICATION: possess an established background in employing and incorporating martial arts 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). Instructors shall have verifiable experience training various groups of military and law enforcement groups and individuals. 3. PLACE OF PERFORMANCE. Bi-weekly training will be conducted at NSWG-2 facilities located in Norfolk, VA. 4. TRAINING MATERIALS. All required training materials and supplies will be supplied by NSWG-2. 5. OTHER CONDITIONS/REQUIREMENTS. Contractor shall maintain the ability to obtain a SECRET security clearance. Training shall be conducted during normal working hours when applicable; however, availability, time constraints, and varying schedules may require class time outside the scope of normal business working hours. The Contractor shall be responsible for providing the government with a quarterly report of command members trained and training qualifications obtained. The provision at FAR 52.212-1 Instruction to Offerors-Commercial applies to this acquisition. Offerors are required to complete and include a copy of the following provision with their proposals: FAR 52.212-3 Offeror Representations and Certifications Commercial Items. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov The following clauses will be part of the resulting contract: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005), FAR 52.212-5(DEV) Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2005), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? Central Contractor Registration (Oct 2003). DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005), 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.222-3 CONVICT Labor (Jun 2003); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible veterans (Dec 2001); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.233-4 Protest After Award (Aug. 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 F.O.B. Destination (Nov 1991); 52.249-2 Termination for Convenience of the Government (Fixed-Price) (May 2004); 52.249-4 Termination for Convenience of the Government (Services) (short form) (Apr 1984); 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.243-7001 Pricing of Contract Modifications (Dec 1991); DFARS 252.323-7003 Electronic Submission of Payment Requests (Jan 2004). See Numbered Note 1. Responses to this solicitation are due by COB 07 February 2006 at 12:00pm. All offers shall be faxed to: (757) 462-2434, Attn: Trisha Cresswell or e-mailed to: cresswell@grp2.nswlant.navy.mil. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. Awards will be based on lowest priced responsible offerors.
- Place of Performance
- Address: Naval Amphibious Base,1300 Helicopter Road, Norfolk, VA
- Zip Code: 23521
- Country: USA
- Zip Code: 23521
- Record
- SN00977082-W 20060202/060131213556 (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 |