Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2006 FBO #1573
SOLICITATION NOTICE

U -- Close Combat Training

Notice Date
3/16/2006
 
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
H92239-06-T-0023
 
Response Due
3/27/2006
 
Archive Date
4/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a need for a Firm Fixed Priced type contract for Close Combat Training to support the 7th Special Forces Group (Airborne). 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 H92239-06-T-0023. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. 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 requirement is Total Set-Aside for Small Business. REQUIREMENT: The contractor shall provide the following service(s) as stated herein: CLOSE COMBAT TRAINING (Combative Training)? AS STATED IN THE FOLLOWING PERFORMANCE WORK STATEMENT: PERFORMANCE WORK STATEMENT GENERAL REQUIREMENT. The contract is for close combat training (Combative) Fighting Instruction at Fort Bragg, NC and the within the local commuting area thereof (Fayetteville - 25 mile radius thereof) to support 7th Special Forces Group (Airborne). SPECIFIC REQUIREMENTS: SCOPE OF WORK. The Instructor(s) shall provide an intense Close Combat training, with a base period of one (1) Year (12 months) with four (4) one (1) year options to personnel assigned to 7th SFG (A) at various locations at Fort Bragg, NC and Fayetteville, NC area. Techniques must be executable when the soldier is fatigued and operates in limited visibility. Training will occur in the 7th SFG (A) Fort Bragg, NC area and in the local Fayetteville, NC community. All students will receive an intense 5 days block of instruction in close combat training. The contractor will be provided with a schedule of classes 2-weeks in advance from 7th SFG (A) personnel. Class times may be scheduled between the hours of 0500-1900 Monday ? Friday, excluding holidays. Location of the class will be specified in the scheduled provided to the contractor. Training will occur in facilities provided by the government or by the contractor. 7th SFG (A) will determine training location. Class sizes will range from 6 to 30 participants per class. PRICING SHOULD BE QUOTED ON A MONTHLY COST BASIS. Designated attendees at the prescribed course will produce After Action reviews (AARs) at the completion of each interation of training. Theses AARs will be provided to the contractor for implementation into subsequent iterations of training. The Contractor will notify 7th SFG (A) in writing as to whether the recommendations are feasible IAW the aforementioned course description, subject material and budget. If recommendations are not feasible for implementation, 7th SFG (A) shall make the determination to amend the contract as written or to recommend termination with the issuing contracting office. INSTRUCTIONAL EXPERIENCE: The instructor must be certified as a Kobushi Sessen Jutsu Instructor. This requirement is critical to insure the instructor possesses the ability to shape training plans and techniques that meet the demands of current operational and environmental conditions our soldiers face. 7th SFG (A) does desire to train instructors in how to teach techniques and build scenarios to prepare our soldiers for current combat realities. PERSONNEL. The contractor shall provide the following personnel on an as need basis. ASSISTANT INSTRUCTORS. The contractor must have one assistant Instructor available to provide instruction should additional classes be required. This instructor will primarily work at Fort Bragg, NC. All management, personnel (assistant instructors), all required pre-service and in-service training for the assistant instructors and all supplies not specified herein by the government shall be provided by the contractor. ASSISTANT INSTRUCTOR REQUIREMENTS. These instructors shall be approved by the primary instructor and be fully capable of meeting technique requirements outlined in the scope of work and those tasks listed below. They must have at least 2 years of teaching experience to ensure compatibility with a diverse demographic. REQUIRED TECHNIQUES. Course instruction will include: 1) Kobushi Sessen Jutsu 2) Brazilian Jiu Jitsu (BJJ) 3) Groundfighting 4) Shootfighting 5) Striking Skills 6) Kickboxing 7) Jiu-Jitsu 8) Throwing Skills 9) Boxing 10) Joint Locks 11) Choking 12) Counters to Punches & Kicks 13) Counters to Chokes & Headlocks 14) Counters to grappling Techniques 15) Edge weapons Defense 16) Edged Weapons Skills 17) Stick or Club Defense 18) Stick Skills 19) Firearm disarming 20) Firearm Retention 21) Firearm Presentation (Concealed Carry) 22) Situational Apprehensions 23) Neutralization of Enemy Personnel 24) Live Blade knife Assault Course 25) Handcuffing and 26) Senior Executive Course. Course of instruction should incorporate the tactical employment of these hand-to-hand techniques while teaching students how to adapt to different scenarios and specific needs. The 7TH SFG (A) Command representatives will evaluate the instructors ability to perform all required hand to hand fighting system techniques, mission focus applicability and instructional capacity. GENERAL REQUIREMENTS. DELIVERABLES: The contractor shall provide: A) instructors for all the days of training B) students handouts and all other training equipment as required C) Facility for all courses trained D) Outdoor maneuver area G) Area for scenario training H) Outdoor training area I) Instructors to Fort Bragg training areas as requested by units. INDIVIDUAL CLOTHING AND EQUIPMENT ISSUE. If required for training, the government shall provide to the contractor all military unique organizational clothing and individual equipment. Upon receipt of the clothing and equipment the contractor shall assume responsibility and accountability of these items. The contractor will be responsible for acknowledging receipt and returning these items upon completion of the contract. The contractor must also have off-post facilities available in Fayetteville NC to facilitate training within 25 miles of main post. TRANSPORTATION. The Government shall provide unit vehicles or POV?s to and from the training facilities. RELEASE CLAUSE: The Contractor must agree to release the 7th SFG (A), Fort Bragg, 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 7th SFG (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 7th SFG (A) and United States Government understand that this is not applicable to any form of gross negligence, willful misconduct, or fraud. DELIVELRY OF PROPOSALS/QUOTES IS TO FORT BRAGG, NC 28310. WITH A DELIVERY DATE OF NO LATER THAN (NLT) 1500 HOURS 27 MARCH 2006. 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: 1) Technical acceptability (2) past performance (3) Price Technical Acceptability is defined, in order of priority as (A) contractors ability to meet or exceed, the required program skill set, and (B) documented technical expertise and experience to conduct the requisite training. To be technically acceptable the submitted bidder shall demonstrate requisite skill for a board of 7th SFG (A) representatives. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. The government will determine technical acceptability during a technical review. Contractor?s proposal shall include a detailed POI. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO. . 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 . 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 (Richard Taylor), Fort Bragg, North Carolina, 28310, not later than 3:00 p.m. ET, 27 Mar 2006. Electronic submissions, to include FAX and email, will be accepted at (910) 432-9345 or tayloric@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. All items offered must meet the minimum salient characteristics to include functional and physical. Offerors who do not submit clear specifications will be considered non-responsive 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. Richard Taylor, Contract Specialist, at tayloric@soc.mil or via facsimile (FAX) at: (910) 432-9345.
 
Place of Performance
Address: Fort Bragg, NC within 25 miles Radius thereof
Zip Code: 28310
 
Record
SN01008284-W 20060318/060316212817 (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 |
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.