SOLICITATION NOTICE
U -- Provide Advanced Marksmanship Training
- Notice Date
- 4/1/2004
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-04-T-0020
- Response Due
- 4/14/2004
- Archive Date
- 4/29/2004
- Point of Contact
- Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
- E-Mail Address
-
portere@soc.mil, glasska@soc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Advanced Marksmanship Training necessary to accomplish Mission Essential Task Lists (METL) and certification requirements in preparation for future combat deployments in support of the Global War on Terrorism. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. All quotes shall reference the Request for Quotation number H92239-04-T-0020. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-20. It is the Contractor's responsibility to become familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 611699. The small business size standard is $6 million in average annual receipts over the preceding three fiscal years. This requirement is 100% set aside for small business. The contractor shall provide all materials, facilities, labor, and supervision necessary to conduct five separate classes in Advanced Marksmanship Training as specified in CLINs 0001-0005. The training shall allow the students to use their individual weapons and equipment (weapons, protective equipment, lasers, and radios).Training facilities shall be set in an urban type environment and include Pneumatic Target Ranges, Linear Assault Lanes, Live Fire Assault Lanes, Stationary and Moving Steel Target Ranges, Weapons Storage, Ammo Storage, and Lodging provided on the compound. Advanced Marksmanship Training classes are as specified in the following CLINs-CLIN 0001- 24 April-2 May 2004, 11 students, training includes Active Engagements on Stationary/Reactive Targets, Engaging Single and Multiple Targets while on the move, Engaging Multiple Targets during vehicle mounted ambush drills, Transition Techniques during close fire scenarios, Advanced Military Operation on Urban Terrain (MOUT) scenarios, Advanced individual and collective live fire training with M4 Rifle and M9 Pistol, Advanced Mechanical Breaching Techniques, Advanced Ballistic Breaching Techniques with shot guns, Night Live Fire Training under Night Observation Devices and Artificial Illumination(gunlights), Rules of Engagement ?shoot/no shoot? drills to enhance rapid decision making skills, Close Quarters Battle (CQB). CLIN 0002 02 May-08 May 2004, 12 students, training includes Active Engagements on Stationary/Reactive Targets, Engaging Single and Multiple Targets while on the move, Advanced individual and collective live fire training with M4 Rifle and M9 Pistol, Advanced Mechanical Breaching Techniques, Advanced Ballistic Breaching Techniques with shot guns, Night Live Fire Training under Night Observation Devices and Artificial Illumination(gunlights), Rules of Engagement ?shoot/no shoot? drills to enhance rapid decision making skills, Close Quarters Battle (CQB), Target Engagement from a moving vehicle. CLIN 0003 09 May-15 May 2004, 12 students, training includes Active Engagements on Stationary/Reactive Targets, Engaging Single and Multiple Targets while on the move, Advanced individual and collective live fire training with M4 Rifle and M9 Pistol, Advanced Mechanical Breaching Techniques, Advanced Ballistic Breaching Techniques with shot guns, Night Live Fire Training under Night Observation Devices and Artificial Illumination(gunlights), Rules of Engagement ?shoot/no shoot? drills to enhance rapid decision making skills, Close Quarters Battle (CQB), Target engagement from a moving vehicle. CLIN 0004 17 May-23 May 2004, 12 students, training includes Active Engagements on Stationary/Reactive Targets, Engaging Single and Multiple Targets while on the move, Engaging Multiple Targets during vehicle mounted ambush drills, Transition Techniques during close fire scenarios, Advanced Military Operation on Urban Terrain (MOUT) scenarios, Advanced individual and collective live fire training with M4 Rifle and M9 Pistol, Advanced Mechanical Breaching Techniques, Advanced Ballistic Breaching Techniques with shot guns, Night Live Fire Training under Night Observation Devices and Artificial Illumination(gunlights), Rules of Engagement ?shoot/no shoot? drills to enhance rapid decision making skills, Close Quarters Battle (CQB). CLIN 0005 24 May-26 May 2004, 20 students, training includes Pistol/Rifle Fundamentals, Weapons Malfunction Drills, Combat Magazine Changes, Active Engagements on Stationary/Reactive Targets, Engaging Single and Multiple Targets while on the move, Advanced Military Operation on Urban Terrain (MOUT) scenarios, Advanced individual and collective live fire training with M4 Rifle and M9 Pistol, Advanced Ballistic Breaching Techniques with shot guns, Night Live Fire Training under Night Observation Devices and Artificial Illumination(gunlights), Rules of Engagement ?shoot/no shoot? drills to enhance rapid decision making skills, Close Quarters Battle (CQB). Each training class shall include lodging for students on the training compound. Training shall be conducted at a contractor provided facility with state of the art ranges and shooting complexes and have available on the premises an armory for maintaining accountability and security of sensitive items and weapons. Minimum requirements for the armory are reinforced concrete walls, ceilings and roofs, doors will be constructed of 1 ? inch thick solid or laminated wood with 12-gauge steel plate on the outside face, or will be standard 1 ? inch thick, hollow metal, industrial-type construction with min gauge skin plate thickness, internally reinforced vertically with continuous steel stiffeners, no windows, combination lock and an Intrusion Detection System (Alarm). Training shall be designed to improve each student?s ability to acquire, draw, shoot, transition, and eliminate multiple moving targets while on the move. The contractor shall provide ammunition and range materials required for training. The course shall allow for each student to fire at least 1,000 rounds of ammunition per day of instruction. Each student will provide and train using government provided equipment(Weapons, Personal Protective Equipment, Lasers, and Radios). The contractor shall have experience training Military and Law Enforcement Agencies to facilitate the introduction of multiple tactics, techniques and procedures currently in use throughout the Department of Defense and Law Enforcement communities. The students shall not train with students from other military units and/or agencies. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) Quotes will be evaluated as to technical acceptability, price and past performance. A best value award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors are, in descending order of importance: (1) technical acceptability(2) Price and (3) Past Performance. Technical acceptability is defined, in order of priority as: (1) Contractor?s ability to meet, or exceed, the required training schedule and (2) documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting bidder shall demonstrate recent experience in the requested training. The Government may issue multiple awards for this solicitation. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement and 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their quote. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37 and 52.232-33; FAR 52.204-0007, Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, and 252.225-7036 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 14 April 2004. Electronic submissions, to include fax and email, will be accepted at (910) 432-9345 or portere@soc.mil. It is the contractor?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total offered price for CLINS 0001 through 0005, (2)brochures/ materials to include detailed sketches, diagrams, and breakdown of the facilities to include types and number of ranges, (3) completed Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Ms. Ella Porter, Contract Specialist, at portere@soc.mil. No telephone requests will be honored.
- Record
- SN00558618-W 20040403/040401212754 (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 |