SOLICITATION NOTICE
U -- Tactical Radio Communication Training
- Notice Date
- 4/25/2005
- 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
- H92239-05-T-0030
- Response Due
- 5/16/2005
- Archive Date
- 5/31/2005
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and 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. Solicitation H92239-05-T-0030 will be issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2001-26. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. The requirement is a 100% Set-Aside for Service-disabled Veteran-owned Small Business Concern (SDVSBC). The NAICS Code is 611699 and the size standard is $6M. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001 - Provide all direct labor, training materiel, supervision (of contractor personnel) and all other items and services (not specifically identified to be Government-furnished) necessary to conduct tactical radio communication training (TRCT) on-site at Fort Bragg and IAW the Performance Work Statement (PWS), Quantity: 6 EACH. PWS: C.1. Scope of Work. C.1.1. The contractor shall provide all direct labor, training materiel, supervision (of contractor personnel) and all other items and services (not specifically identified herein to be Government-furnished) necessary to conduct on-site tactical radio communication training (TRCT). This training shall encompass in-depth classroom instruction and a comprehensive field exercise (COMEX) intended to engender students with the knowledge and skill sets for sustainment and maintaining operational proficiency beyond New Equipment Training (NET) on a combination of commercial VIASAT VDC-400/600 cards, Panasonic CF- 50/18/29 field computers and tactical communications equipment. TRCT shall be conducted for Government designees (e.g., students) from the US Army Special Operations Command (USASOC), 96TH Civil Affairs Battalion (Airborne) at Fort Bragg, NC. C.1.2. Contractor personnel shall adhere to the standards iterated throughout this PWS and of performance and performance quality which are generally acceptable to the teaching profession at an advance adult-education vocational or technical institution. C.2. Requirement. C.2.1. The contractor shall conduct six (6) iterations of TRCT with not more than twenty (20) students per iteration (e.g., class) during the period of 30 May 05 through 01 Dec 05. The Government will furnish a suitable and safe location for the training and associated COMEX. C.2.1.1. The first iteration of TRCT shall be the for the week of 30 May ? 03 June 05. The remaining five (5) iteration dates are TBD and shall be scheduled in coordination with the Government's designated Contracting Officer's Technical Representative (COTR) with regard to specific dates and venue. It is anticipated not more than one (1) iteration of TRCT will be required during a calendar month. The Government anticipates one (1) iteration per month for six (6) consecutive months. However, this schedule is subject to change based on mission needs. The Government will provide the contractor not less than ten (10) calendar days notice of a required iteration or schedule change. C.2.1.2. The aforementioned shall necessitate a considerable degree of flexibility on the part of the contractor with regard to workload scheduling, training preparations and the execution of the performance and performance quality with regard to the requirements of this contract. C.2.1.3. Class shall commence not later than 0800 and end not prior to 1700 hours daily, with a one-hour lunch break from 1200 - 1300 hours. Classes shall be conducted Monday thru Friday. C.2.2. The contractor shall provide each student attendee a course guide which shall, at a minimum, contain a course introduction, syllabus, copies of all training materiel (i.e., graphic, charts, etc.) and space for student note-taking. C.2.2.1. The contractor shall produce, administer and grade any tests or other examinations deemed necessary to ensure student are absorbing course material or otherwise necessary to facilitate the process of ensuring students gain and retain the desired TRCT knowledge and skill sets. All testing material, including results, shall become the property of the Government. C.2.3. The contractor shall provide the Government a detailed course curriculum and overview which shall, at a minimum, contain lesson plans/blocks of instruction, student handouts, references, charts, manuals and agenda for COMEX, marked proprietary where applicable. C.3. Contractor Personnel (e.g., Instructor(s)). C.3.1. The contractor shall provide accomplished subject matter expert(s) capable of conducting professional comprehensive training based on prior practical experience utilizing the secure voice and data capabilities of the SATCOM radio systems, VDC-400/600 data cards, and Panasonic CF- 50/18/29 field computers in a deployed environment. The contractor's instructor(s) shall have operational knowledge of tactical radio satellite voice and data communications in Wide Band, Narrow, 25k Dama and 5k Dama modes. C.3.1.1. It is not mandatory, but the Government prefers, the contractor's instructor(s) have military operational experience directly related to tactical radio communications (i.e., member of a Special Forces Operational Detachment Alpha with an MOS of 18E) and a minimum of two years experience as an instructor in a military school setting (TRADOC Regulation 350-70 provides guidance). C.3.1.2. The contractor's instructor(s) shall communicate effectively using English. C.3.1.3. The contractor?s instructor(s) shall know how to employ interactivity techniques, such as question and answers and practical exercises, to involve students in the learning process. C.3.2. The contractor shall provide an equally qualified substitute instructor(s) in the event a contractor instructor(s) becomes unable to conduct (i.e., due to illness, injury or death) a scheduled iteration. C.3.3. The contractor shall not employ any person who is an employee of the US Government if the employment of that person would create a conflict of interest. C.4. Security. C.4.1. Contractor personnel shall NOT have access to Government classified material for performance of this contract. The information transmitted during the training within the simulated addressing network will be unclassified word documents and/or graphics. C.5. Government-furnished Property (GFP). C.5.1. The Government will provide the following GFP for the temporary use by the contractor in conducting each TRCT iteration. The contractor shall not assume custody of any GFP: Training facility(ies) and basic infrastructure services (electricity, heating, latrine, etc.); Audio-Visual training assets, AN/PSC radio series complete; AN/PRC-150 radio series complete; AV 2055/2040/2011 antennas; NVIS HF antennas; VDC-400/600 Cards and Cables; and AN/CYZ-10 ANCD. C.6. Tactical Radio Communications Training Definition and Objective. C.6.1. Definition. The contractor shall provide training on-site [Fort Bragg] utilizing classroom instruction, practical lab-work, a comprehensive field exercise and other instructional methodologies the contractor deems necessary to engender students with the knowledge and skill sets for sustainment and maintaining operational proficiency beyond New Equipment Training (NET) with tactical communications equipment and commercial VIASAT VDC-400/600 data transmission cards. C.6.1.1. Objective. The primary focus for TRCT shall be to provide students, comprised of civil affairs operators, team leaders, and team sergeants responsible for operation, maintenance and/or troubleshooting tactical radio equipment, refresher basic (if needed) and advanced operation and equipment knowledge on VHF/UHF and SATCOM communications systems, antenna theory, cryptographic items and data transmission operations/administration. At a minimum, the contractor's training curriculum shall incorporate the following: Introduction on AN/CYZ-10 cryptographic procedures; AN/PSC-5D overview and operational capabilities for secure data transmission using the VDC-400/600 data card, HF antenna theory; application and construction techniques; Practical exercise(s) to demonstrate proficiency to install, operate, and maintain a tactical communications net; AN/PRC-150 overview and operational capabilities for secure data transmission using the VDC-400/600; OEF/OIF tactical communications and tactics; techniques and procedures with lessons learned, where available; and Basic tactical communications application employment. C.6.2. TRCT shall enhance the practical proficiency with regard to the skills sets students responsible for operation, maintenance and/or troubleshooting tactical radio equipment need to support real world missions in defense of US national interest, including the Global War on Terrorism. At a minimum, students successfully completing the training should gain a thorough understanding of the following: AN/PSC-5 operations and capabilities, to include a hands-on labs with AN/CYZ-10, SATCOM Antenna Pointing (Azimuth and Elevation); data transmission using Via SAT technologies (operating within the Wide, Narrow Band DAMA tactical networks) and AN/PSC 5?s in the dismounted configurations; AN/PRC-150 operations and capabilities, to include a hands-on labs with the AN/CYZ-10; data transmission using Via SAT technologies operating in the Upper/Lower side band (USB/LSB) or the Automatic Link Establishment (ALE) mode with the NVIS antenna; HF antenna theory including preparing and performing antenna construction, antenna pointing, prepare and perform Azimuth and Elevation for SATCOM radios with the use SATFINDER software program; Acquiring a satellite shot and employ with the SATCOM radio; Performing data transmission using the VDC-400/600 and VIASAT V-Mail software with the AN/PSC-5 and transmits unclassified data using a simulated SATCOM addressing network; Performing data transmission using the VDC-400/600 and VIASAT V-Mail software with the AN/PRC-150 and transmits data using a simulated HF addressing network; Establishing a communications Base, this task shall be a hands-on practice lab and executed during COMEX; and an end of the course cumulative field exercise (COMEX) for students to demonstrate the knowledge and skill sets gained by employing the communications equipment in a simulated tactical environment. C.7. Administration. C.7.1. The Government at its discretion will attend the contractor's training to observe and evaluate the instructor(s) and the training material and presentation for the purpose of determining Quality Assurance of the contractor's performance and performance quality with regard to the requirements of this contract. C.7.2. The contractor shall generate, collect and provide the COTR a full student attendance roster citing daily attendance for each TRCT iteration. These rosters shall be forwarded via fax to the COTR within five (5) hours at the conclusion of each training day. C.7.2.1. The contractor shall generate, provide and ensure each student attendee completes and submits a Course Critique at the conclusion of each TRCT iteration. These critiques shall be forwarded in whole to the COTR within five (5) calendar days at the conclusion of each training iteration. C.7.2.2. The contractor shall report to the COTR any instances of students unexcused absences, disruptive behavior or failure of students successfully completing course work. Reports of this nature or other related relevant events, such as equipment failure, shall be relayed to the COTR at the earliest time possible after occurrence. C.7.3. The contractor shall generate, provide and distribute a "Certificate of Accomplishment" for each student successfully completing TRCT. These certificates shall be suitable to an advanced adult technical training curriculum. C.7.3.1. The contractor shall ensure any student failing to attend greater than 79% of active classroom instruction or failure to attend or participate in any part of the COMEX without an excused absence verified by the COTR, does not receive a completion certificate (refer to paragraph. C.7.2.2.). Offerors proposing are encouraged to refer to the Evaluation Factors iterated in FAR 52.212-2 (below) for additional instruction. Point of delivery and acceptance is HQ USASOC, Bldg TBD, Fort Bragg, NC 28310. The Required Delivery Date (RDD) for the start date of the first iteration of TRCT is not later than 30 May 2005. Delivery thereafter shall be IAW the PWS. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) 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: (1) Technical Acceptability, (2) Delivery, and (3) Price. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of a training program that completely satisfies the minimum characteristics of the PWS. It is incumbent on offerors to provide sufficient evidence which demonstrates the proposed training categorically satisfy the minimum requirements of the PWS. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity and affirmation to conform with the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will not be considered. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and type of training required in this solicitation. Offers will be evaluated for price. Price shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.225-1 Alt 1, 52.225-13, and 52.232-33. FAR 52.219-27 Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, is applicable to this requirement with the following clause addenda, This statement is for information only, it is not a wage determination: Instructor, Series 29160, Grade GS9/1, $20.02 per hour. Wage Determination (WD) No. 1994-2393 Rev 27 is applicable to this solicitation and any subsequent award(s). This WD may be found at: www.wdol.gov/sca.aspx#8. FAR 52.247-34, F.o.b. Destination. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-5, Authorized Deviations in Provisions. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.242-7000 Postaward Conference. Offers referencing RFQ number H92239-05-T-002X may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or email (preferred) to the Government point-of-contact noted below. It is the responsibility of the offeror to confirm receipt of response(s) to this RFQ. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) evidence of technical acceptability, delivery schedule and reference; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 11:00 a.m.(EST), 16 May 2005. Questions with regard to this RFQ will be accepted from interested offerors up to 10:00 a.m.(EST) 10 May 05. Any questions submitted thereafter will be entertained, however, the due date for quotes will not change. Questions should be directed to the John E. Flanders at (910)432-8313, or emailed (preferred) to flanderj@soc.mil. Numbered Note 1 applies to this solicitation.
- Place of Performance
- Address: HQ USASOC, HHC 96TH CA BN, FORT BRAGG, NC 28310
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN00795387-W 20050427/050425212217 (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 |