SOLICITATION NOTICE
69 -- Tech Force Support Course of Instruction
- Notice Date
- 4/23/2007
- Notice Type
- Solicitation Notice
- 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, VA, 23461-2299, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- H92244-07-T-0054
- Response Due
- 5/2/2007
- Archive Date
- 5/17/2007
- Description
- This is a combined synopsis/solicitation for commercial services 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. This solicitation is being requested as a Request for Proposal (RFP); solicitation number is H92244-07-T-0054, as a Firm Fixed Price (FFP) type contract with fixed unit prices. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16, effective 22 March 2007. North American Industrial Classification Code (NAICS) 611699 applies to this procurement. This procurement is Unrestricted. The DPAS rating for this procurement is DO-C9. FOB point is Destination. Section B Schedule of Supplies/Services CLIN 0001 Labor Costs 1 Lot CLIN 0002 Material Costs 1 Lot CLIN 0003 Travel Costs 1 Lot Section C Performance Statement of Work Period of Performance: Place of Performance: Training Required Tasks Task 1 Course of Instruction Contractor shall provide classroom instruction, practical field application, simulated fire using Simunitions and live-fire scenarios, and field exercise planning and execution. As a result of this training, students shall become proficient in the following skills: proper wearing of LBE gear; practical application of the 9mm pistol and M4 rifle; weapons safety, fundamentals of shooting, including low light, night shooting, and instruction on PEQ-2, clearing malfunctions, tactical shooting, map reading and land navigation, use of GPS, night navigation, night vision goggle vehicle operation, tactical combat casualty care, vehicle mobility, including off-road/unimproved road driving utilizing HMMV or Toyota Hilux type vehicles; integration training and field exercise execution, fast rope from a fixed platform. ADDITIONAL INFORMATION: Instructor to Student Ratio: Firearms Training Exercises must not be larger than 7 students to 1 instructor; Classroom Training must not be larger than 15 students to 1 instructor with additional instructors standing by to provide feedback to questions. Requirements for Instructors: Instructors must have familiarity with current Special Operations Forces (SOF) operational tactics, techniques and procedures, extensive experience in training all levels of personnel from hostage/counter-terrorist rescue units, SWAT, para-rescue, police and all military services. Instructors must have extensive knowledge of SOF operating environments and be able to relate support course of instruction training to live scenarios. Location: Training classroom/environment must be located within a 500 mile radius of NAS Oceana Dam Neck Annex due to command personnel requirements. Training: There will be more than one (1) training session during each period of performance that will require group instruction prior to live training. Training will take place in a ten day block of training and may include weekends, with classroom and practical hours varied as class schedule dictates. Number of Students: There are approximately twenty-four (24) students each session. Government Furnished Equipment (GFE): Students will bring personal and government furnished clothing, safety gear and equipment for course of instruction. Contractor Furnished Equipment (CFE): Firing Ranges, Instructors and Instruction Manuals, Tactical Vehicles for Driver Training, Weapons, Magazines and Ammo Equipped for live fire and simunitions use, immediate first aid and immediate response medical care, on-site berthing availability, night vision goggles for night driving (PVS14 or newer generation), Garmin 76CX or equivalent for GPS instruction, meal service (breakfast, lunch, dinner) (dinner only for night training) as required during the training period, written assessment of student attainment will be required and submitted by instructors upon completion of training. Security Requirements: Contracting Facility and personnel working on contract providing instruction must have a Secret security clearance. Point of Contact: Christine Anderson; Email: Christine.Anderson@vb.socom.mil; Phone: (757) 893-2715 or fax (757) 492-7954. CLAUSES INCORPORATED BY REFERENCE: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) Alternate I (Apr 2002) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2007) (DEVIATION) FAR 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns (Jul 2005) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (May 1989) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007) 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) DFARS 252.232-7003 Electronic Submission of Payment Requests (May 2006) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) SOFARS 5652.204-9000 Individual Authorized to Sign (Jan 2003) SOFARS 5652.204-9004 Foreign Persons (Jan 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (Jan 2000) 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: 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: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. 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 Betty Conner, telephone (757) 893-2713. 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: Christine Anderson, Contract Specialist; Email address: christine.anderson@vb.socom.mil; phone (757) 893-2715; fax (757) 492-6954; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 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. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. Proposals must be received by Christine Anderson by fax at (757) 492-7954 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 2 May 2007.
- Place of Performance
- Address: Contractor Facility, , (For purpose of this solicitation, NSWDG postal code has been used. Once contract award has been made, the postal code will be updated to reflect the awardee's postal code)
- Zip Code: 23461-2299
- Country: UNITED STATES
- Zip Code: 23461-2299
- Record
- SN01279636-W 20070425/070424015012 (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 |