Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2005 FBO #1201
SOLICITATION NOTICE

U -- MILITARY MOBILE FORCE PROTECTION TRAINING

Notice Date
3/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0022
 
Response Due
3/22/2005
 
Archive Date
4/6/2005
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a need for a Firm Fixed Priced type contract for Seventy-Two (72) Personnel in Military Mobile Force Protection Training for the 351st Civil Affairs Command, Mountain View, CA 94043. Training will be in accordance with the description provided herein the Performance Work Statement. This is a combined synopsis/solicitation for commercial service(s) 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/PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number H92239-05-T-0004. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 611699. The size standard is $6 million dollars or less. THIS PROCUREMENT ACTION IS OPEN TO BUSINESSES OF ALL SIZES. REQUIREMENT: The contractor shall provide the following service(s) as stated herein: MILITARY MOBILE FORCE PROTECTION TRAINING (MMFP)? AS STATED IN THE FOLLOWING PERFORMANCE WORK STATEMENT: PERFORMANCE WORK STATEMENT TASKS: A. Course Description: A 6-day Antiterrorism/Force Protection course with training focused on enhancing the survivability of the operator while engaged in SOF operations in both urban and rural environments. The government anticipates a course that will consist of 10% classroom instruction and 90% practical exercise(s). B. Course Objectives: At the completion of the course, each student shall have the requisite skills as indicated below: 1. Surveillance Detection Skills: Understand how terrorists plan and do target analysis; how terrorists conduct surveillance; what new technology can help detect surveillance; how to use daily logs and detection matrixes. 2. Route Planning: Determine fast, safe and dependable routes to include alternate routes, choke points and danger areas. 3. Individual Protective Measures: Determine vulnerabilities in movement by all modes of ground transportation. 4. Basic and Intermediate Off Road Driving: Provide hands-on experience in using SUV's in off-road, cross-country environments including terrain assessment; preserving the vehicle; recovery and self-recovery in various situations. 5. Evasive Driving Skills: Collision avoidance; decision making drills, braking techniques, and skid control maneuvers. 6. Counter Precision Immobilization Technique Tactics: Prevent attacker from running vehicle off the road. 7. Ramming Techniques: Techniques to counter roadblocks, and illegal checkpoints. Contractor shall provide sufficient vehicles to allow each student to have actual hands on training in ramming techniques. 8. Counter Ambush Drills: Cover scenarios (Traditional, Snap, IVCP) vehicular break contact Immediate Action Drills (IAD's). 9. Dead Man Takeover Drills: Vehicle recovery with driver incapacitated. 10. Wounded Teammate Drills: Utilizing 180 lb life size dummy evacuate a vehicle to covered positions. 11. Less-than-lethal Weapons: Other methods of dangerous situation avoidance where deadly force may not be appropriate such as breaking contact from a hostile crowd during civil-military operations. 12. Field Expedient Bulletproofing: Methods of hardening your vehicle while deployed OCONUS. 13. Using a Vehicle for cover: Locations on the vehicle for maximum protection. 14. Static and Moving vehicle Counter Ambush Drills: Utilizing live ammunition conducting necessary maneuvers while experiencing the REAL WORLD effects of firing from inside a vehicle. 15. Force on Force Counter Ambush Tactics: Reinforcing the tactics and techniques needed while in a paintball force on force scenario. This will give the operator the appreciation for an enemy?s capabilities. 16. Live fire scenarios while in moving vehicles: Reinforcing the tactics and techniques needed while moving and escaping from potentially hazardous situations. 17. Advanced marksmanship shooting: To refresh and standardize teams and SOP development. 3. DELIVERABLES: A. QUANTITY. Provide total of 72 slots/seats in the prescribed courses (Para 2, above) as indicated in Para B. Schedule below. B. SCHEDULE. The Government requires that the iteration of training be executed with the indicated amount of training slots in the following time frames: Seventy-Two (72) Training slots (or up to 72 or how many the vendor/contractor can provide within the month of April 2005). C. PRICE. Price proposal shall include lodging and three meals per day for students. D. RECOMMENDED CONTRACTOR FURNISHED EQUIPMENT. Contractor shall provide equipment needed for the number of students in each class. The government suggested listing of equipment includes but is not limited to: -Student handouts and all other training equipment (not indicated in Para 4., below) -SUVs for Off-Road Training -Training vehicles (full size sedans) -PIT/Ramming Vehicles with fuel/tires -Vehicles to Conduct Live Fire Drills -Pistols W/holsters, magazines and ammunition -Windshields & Windows as required to implement training 4. GOVERNMENT-FURNISHED SUPPORT. The Government will provide the following personal equipment: NVG?s (with batteries) Nomex Gloves Eye and Ear Protection rated for firearm training Minimum Level IIIA Body Armor 5. LOCATION OF TRAINING: Training shall be conducted at a contractor-provided off-site training facility. The contractor shall propose and provide a suitable and safe location for the training. Training location and specifics shall be included in the contractor?s proposal. The proposed location will be evaluated and the cost to the Government for travel will be considered in the best value determination. RELEASE CLAUSE: The Contractor must agree to release the 351st Civial Affairs Command, Mountain View, CA, HQ USASOC, Fort Bragg, NC and the United States Government from any liability or claims arising from the contract and performance work statement. Additionally, the contractor must agree to never prosecute or in any way aid in prosecuting any demand, claim, or suit against the 351st Civil Affairs Command, HQ, USASOC(A), Fort Bragg, the United States Government, and/or any officer, agency, or any employee acting officially in this course from any loss, damage, or injury to contracted personnel or property that may occur from taking part in this course. The 351st Civil Affairs Command and United States Government understand that this is not applicable to any form of gross negligence, willful misconduct, or fraud. Delivery of Proposals/Quotes is to Fort Bragg, NC 28310. With a Delivery Date of No Later Than(NLT) or (On Or Before) 1500 hours 22 March 2005. 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 http://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) of the provision: EVALUATION FACTORS: Award will be made to the responsive, responsible offer or whose quote conforms to this solicitation and is the "BEST VALUE" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) Technical Acceptability, (2) Delivery and (3) price. Technical Acceptabliity is defined as the documented technical expertise necessary to conduct the requisite training, as outlined in the Performance Work Statement above. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. Contractors' proposal should include a detailed Program Of Instruction (POI). To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 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 bid. The following FAR Clauses are applicable to this acquisition: 52.204-7 Central Contract Registration, 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 Alt I, 52.222-21, 52.222-26, 52.222-35, 52.222.36, and 52.232-33; Additionally, 252.212-7001 (Dev), 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 (Jerry Lambert), Fort Bragg, North Carolina, 28310, not later than 3:00 p.m. ET, 22 March 2005. Electronic submissions, to include FAX and email, will be accepted at (910) 432-9345 or lamberje@soc.mil. It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items. Offerors who do not submit clear specifications will be considered non-reponsive and will be eliminated from competition. (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as this combined synopsis/solicitation. All questions shall be submitted in writing to Mr. Jerry Lambert, Contract Specialist, at lamberje@soc.mil or via facsimile (FAX) at: (910) 432-9345.
 
Place of Performance
Address: CONTRACTOR PROVIDE FACILITY/LOCATION
Zip Code: TBD
Country: U.S.A.
 
Record
SN00765847-W 20050311/050309212528 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.