MODIFICATION
U -- Tactical Radio Communication Training
- Notice Date
- 5/5/2005
- Notice Type
- Modification
- 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
- Amendment Two (H92239-05-T-0030) This amendment provides responses to contractor's questions: Question 1: What is the total number of personnel needed? Answer: This is a performance-based Performance Work Statement (PWS) and as such the offeror is expected to determine the number of personnel required. Question 2. Will there be Military Cadre? Answer: Negative. Question 3. Because the radio systems listed to be trained on require a COMSEC fill to operate do we need to have instructors who have clearances? Answer: Referencing PWS paragraph C.4., Security, contractor personnel do not require clearances. Question 4. What is the expectation of the client when dealing with COMSEC? Answer: Refer to Question 3. Question 5. Is this intended to be a part of the Pre Mission Training (PMT)? Answer: Referencing PWS paragraph C.1., Scope of Work, following excerpt explains intent of training "?[e]ngender students with the knowledge and skill sets for sustainment and maintaining operational proficiency beyond New Equipment Training?," but, must be read in the context of the entire PWS. Question 6. Is this a refresher course, or is it intended to develop radio skill sets? Answer: Refer to Question 5. Question 7. Is it possible to coordinate efforts with the 18E Base Station for the COMEX? Answer: Negative. However, sat access/frequencies are components of GFP. Question 8. What is the level of support beyond equipment, and can we develop relationships to better support this training? Answer: Government-furnished Property (GFP) and support is covered in detail in PWS paragraph C.5., GFP. Contractor relational interfaces are limited to students, the Contracting Officer's Technical Representative (COTR) and the Contracting Officer. Question 9. Will the Program of Instructions (POI) remain consistent with every class? Answer. This is a performance-based Performance Work Statement (PWS) and as such the offeror is expected to provide the course curriculum (i.e., POI) for the requested training. The Government anticipates the course curriculum would be relatively stable over six iterations. Question 10. Will the client provide POI? Answer: Refer to Question 9. Question 11. Who is the point of contact to develop the POI with? Answer: Refer to Question 9. Question 12. When is the intended start date of the first class? Answer: Referencing PWS paragraph C.2.1.1., "The first iteration of TRCT shall be the for the week of 30 May ? 03 June 05", indicates the intended start date of the first class is 30 May 05. Question 13. Is there a standard set forth by the Government? Answer: Refer to Questions 5 and 9. Question 14. What are the standards? Answer: Refer to Questions 5 and 9. Question 15. Task, Condition, Standard? Answer: Refer to Questions 5 and 9. Question 16. Can we barrow from 18E Committee? Answer: Negative. There is no reference in the PWS to an "18E Committee." Question 17. Do we have to create all course materials? Answer: Referencing PWS paragraph C.2.2., the contractor provides all material related to the training, with exception of GFP. Question 18. Who is expected to support this class? (Special Operations Academic Facility) Answer: The contractor is expected to support the course IAW the requirements iterated throughout the PWS. There is no reference in the PWS to a "Special Operations Academic Facility". Question 19. Can we expect support? Answer: Refer to Questions 5, 8, 9, 16 and 18. Question 20. What are the parameters on the location of the COMEX? Answer: Parameters of the location for the COMEX are not germane to contractor performance of the requirements iterated in the PWS.
- Place of Performance
- Address: HQ USASOC, HHC 96TH CA BN, FORT BRAGG, NC 28310
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN00801931-W 20050507/050505212353 (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 |