MODIFICATION
69 -- Tech Force Support Course of Instruction
- Notice Date
- 7/11/2007
- Notice Type
- Modification
- 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-0087
- Response Due
- 7/13/2007
- Archive Date
- 7/28/2007
- Description
- THE PURPOSE OF THIS AMENDMENT IS TO INCORPORATE THE STATEMENT OF WORK AS FOLLOWS: STATEMENT OF WORK Section C Performance Statement of Work Place of Performance: Contractor Facility Period of Performance: 16 July 2007 through 27 July 2007 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. Task 2 Tactical Emergency Medical Training 1.0 SCOPE The contractor shall provide training for NSWDG personnel in Tactical Emergency Trauma Training which includes first aid and hands on simulation training. 2.0 REFERENCE Pre-Hospital Life Support / Tactical Combat Casualty Care protocols (PHTLS/TCCC) as established by the National Association of Emergency Medical Technicians and the American College of Surgeons Committee on Trauma. 3.0 REQUIREMENTS 3.1 The training shall include a two-day emergency medical course of instruction approved by SOCOM that focuses on combat tactical first aid for non-medical type operators and deploying support personnel with limited prior medical training. Training shall include classroom, didactic instruction, practical skills, and simulation training. 3.2 Instructors shall be currently certified National Registry of Emergency Medical Technicians (NREMT) Paramedics or other trauma certified medical professionals of the same certification level or greater. All instructor staff must possess full understanding of tactical military operations as performed by Naval Special Warfare (NSW) personnel; fully trained in the theory and application in the latest emergency medical devices for both military and civilian Pre-Hospital Trauma Life Support (PHTLS/TCCC) applications. 3.3 Contractor shall provide all scenario props including vehicles; and supply of needed consumable items; and all supporting materials and equipment. The contractor shall also provide all medical supplies to support product demonstrations and practical exercises including but not limited to Moulage kits, bandages (Israeli, H-Bandage, Cinch tight, Cravat, Kerlex), splints (SAM, expedient), nasopharyngeal airways, student guides, five different types of tourniquets, QuickClot, Hemcon, etc.). Exception: NSWDG Medical will provide two (2) NSW blow out kits (TQS-1) with (1) (M.E.T.) tourniquet per student for practical exercises. 3.4 Contractor?s medical program must be approved and endorsed by Headquarters, United States Special Operation Command (USSOCOM). 3.5 Class shall cover the following: 3.5.1 Didactic instruction with a brief medical review of systems. 3.5.2 Most common mechanisms of injury in order of priority to cause death. 3.5.3 Anatomy specific trauma and specialty injuries (i.e., battlefield wounds). 3.5.4 Specific environmental injuries and considerations (i.e., heat, cold, and altitude). 3.5.5 Basic patient assessment with care under fire and battlefield/tactical considerations in accordance with PHTLS/TCCC guidelines. 3.5.6 Detailed operation of all items in the Naval Special Warfare (NSW) individual medical kit (TQS-1) with (M.E.T.) tourniquet and their role in patient assessment to include theory of operation of tourniquet/occlusive and pressure dressing. 3.5.7 Brief overview of individual preventive medicine. 3.6 Practical exercises shall be conducted in groups of four (4) or less students with an instructor to student ration of 1:8 addressing the following topics: 3.6.1 Skills based practice and individual student evaluation for all items in the NSW individual medical kit (TQS-1); (M.E.T.) tourniquet; airway management; hemorrhage and shock mediation; bandaging and splinting; down-man carries; and rapid extraction techniques. 3.6.2 Medical product demonstrations; clotting bandages (i.e. HemCon bandage); tourniquet devices; blood clotting compounds/agents (i.e. QuickClot); other pertinent medical products as available and applicable. 3.6.3 Trauma Scenario based individual student evaluation in both day and night moulage patient models. Scenario shall be of a patrol forward operation base setting and treatments will run from pre-injury to post-evacuation transport. 4.0 DELIVERABLES 4.1 A list of attendees successfully completing the medical class shall be provided to the Contracting Officer within 30 days after the end of each class. Student successfully completing the course will be issued a certificate stating that the student has completed ?Combat Emergency Trauma Training? in accordance with the Tactical Combat Casualty Care Guidelines. 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, 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. This is a combined synopsis/solicitation for commercial supplies 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. The solicitation is being issued as a Request for Quote; solicitation number is H92244-07-T-0087, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure a Tech Force Support Course of Instruction. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2004-17, effective 14 June 2007. This procurement is 100% small business set-aside. The North American Industrial Classification Code (NAICS) 611699 applies to this procurement. The Defense Priorities and Allocations System (DPAS) and assigned rating for this procurement is DO-C9. Section B Schedule of Supplies and Services CLIN 0001 Tech Force Support Course of Instruction and Tactical Emergency Medical Training in accordance with the attached Statement of Work; Location is the Contractor Facility; Period of Performance is 16-27 July 2007 INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 16-27 July 2007 1 lot Contractor Facility FOB: Destination V47898 CLAUSES INCORPORATED BY REFERENCE (Please note that due to character limitations in FedBizOpps, full text cannot be displayed in the solicitation. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://farsite.hill.af.mil. 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.204-7 Central Contractor Registration JUL 2006 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-15 Defense Priority And Allocation Requirements SEP 1990 52.212-1 Instructions to Offerors?Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications?Commercial Items (Nov 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions?Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Deviation) MAR 2007 52.216-24 Limitation of Government Liability APR 1984) 52.222-19 Child Labor Law ? Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.223-6 Drug-Free Workplace MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.232-17 Interest JUN 1996 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information MAY 1999 52.233-1 Disputes JUL 2002 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.244-6 Subcontracts for Commercial Items MAR 2007 52.247-34 F.o.b. Destination NOV 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses APR 1984 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 23232252.211-7003 Item Identification and Valuation JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) APR 2007 252.225-7012 Preference For Certain Domestic Commodities JAN 2007 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) JAN 2007 CLAUSES INCORPORATED BY FULL TEXT 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: past performance, price and delivery schedule (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. 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 is Christine Anderson at christine.anderson@vb.socom.mil or phone (757) 893-2715 or fax to (757) 492-7954. Offerors must scrutinize this solicitation and ensure their quote and submissions comply with all requirements. It is not sufficient to merely state your quote complies with solicitation requirements. Quotes must be received no later than 12:00 p.m. Eastern Standard Time (EST) on 13 July 2007. The offeror agrees to hold the prices in its quote firm for 90 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 Christine Anderson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
- Place of Performance
- Address: Contractor Facility, , Note: For purposes of this solicitation, NSWDG postal code will be utilized and replaced with winning vendor's postal code upon contract award.
- Zip Code: 23461-2299
- Country: UNITED STATES
- Zip Code: 23461-2299
- Record
- SN01339872-W 20070713/070711224926 (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 |