SOURCES SOUGHT
U -- Sources Sought to seek the availability and capability of qualified small business concerns to provide course curriculum and instruction for an advanced EOD course within 50 miles of VA Beach, VA.
- Notice Date
- 5/14/2012
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017412SN0019
- Response Due
- 5/29/2012
- Archive Date
- 6/13/2012
- Point of Contact
- Omar Roque
- E-Mail Address
-
ndian
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the, Naval Surface Warefare Center, Indian Head Division (NSWC, IHD). The purpose of this Sources Sought is to seek the availability and capability of qualified small business concerns, including 8(a) small businesses, Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone, (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB), and Service-Disabled Veteran-owned Small Businesses (SDVOSB) that are interested in and capable of performing the work described herein: Navy Expeditionary Combat Command (NECC) established in January 2006, serves as the single functional command for the Navy ™s expeditionary forces and as central management for the readiness, resources, staffing, training and equipping of those forces. Explosive Ordnance Disposal (EOD) Group Commanders provide forces in support of Fleet Commanders and Navy Component Commander, Carrier Strike Groups (CSG), Expeditionary Strike Groups (ESG), Mine Countermeasures (MCM) Task Forces/Groups, Naval Special Warfare NSW) Squadrons, Army Special Operations Forces (SOF), Military Sealift Command (MSC), Unified Theatre Commanders, Navy Regional Commanders, and contingency operations (i.e. aircraft recovery, range/waterway clearance, U.S. Secret Service support, CNO projects, etc.). The purpose of this requirement is to provide course curriculum and instruction for 10 students for an advanced EOD course specifically designed to train EOD operators assigned to support Naval Special Operations Forces (NAVSOF). The training course shall be focused on curriculum, operational training and practical exercises to better prepare EOD personnel to adapt tactics and techniques in support of NAVSOF. The training sessions will be held twice a year (Spring and Fall timeframe). The Contractor provided classroom and practical training areas must be located within a 50 miles radius of Virginia Beach, Virginia. The Contractor is expected to provide all necessary equipment, explosives and materials to support this course of instruction. US Navy EOD personnel will provide all personal and team sized EOD equipment and personal protective equipment (PPE) needed to perform EOD procedures required by practical drills. The equipment list will be in accordance with the Platoon ™s specific Standard Operating Procedure response doctrine. The Government will provide all necessary transportation for the students to and from training locations. The course shall educate and train EOD personnel in advanced electronics, circuit diagnostics and detonator defeat, manual access techniques, Intrusion Detection System (IDS) Recognition and Defeat, hostage handling, immediate EOD actions, precision disruption and x-ray techniques, Sensitive Site Exploitation in combat environments related to EOD, Home Made Explosive identification, processing, production, disposal, and dynamic disruption, Category A and Special Operations EOD threat assessment, mission planning, and Chemical, Biological, Radiological and Nuclear (CBRN) operations. The training must be conducted within a 50 mile radius of Virginia Beach, Virginia at contractor provided classroom and practical training areas. The Contractor must provide both classroom and practical training that provides a focus in the following areas: 1)Special Operations EOD Mission Planning, Philosophy and Tactics 2)Chemical Biological Radiological Nuclear (CBRN) and Counter Proliferation Operations 3)General and Precision Disruption and X-ray Techniques 4)EOD Threat Assessment 5)Advanced IED Electronics 6)Category A EOD Tasks 7)Combat Exploitation (CE) 8)Home Made Explosives (HME) The Offeror shall possess a SECRET facility security clearance from the Defense Security Service (DSS) as verified within the Industrial Security Facilities Database (ISFD). All instructor personnel must be cleared at the SECRET level. Interim clearances are not acceptable. Prospective offerors must have a current Bureau of Alcohol, Tobacco, and Firearms (ATF) Type 20 Manufacturing license. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. Capability statements should also clearly demonstrate the offeror's ability to fully meet the requirements specified above, including the security requirements. Capability statements must specify the offeror's business size and type, and demonstrate similar work that has been performed in the past. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concerns name and address). Responses will be reviewed only by NSWC, IHD personnel and will be held in a confidential manner. A copy of the capability statement must be received at the address identified in this synopsis no later than 3pm on 29 May 2012. This sources sought is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. All contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. In the event a solicitation is issued, NAICS code 611710 is being considered. The prime vendor must have the capability to perform at least 50% of the total effort. The intention of this announcement is to survey the market for potential offerors. Questions regarding this requirement must be submitted by email and directed to Omar Roque at omar.roque@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412SN0019/listing.html)
- Record
- SN02747179-W 20120516/120515000123-7319be515be32dab4dc63a8eeb3c7e12 (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 |