Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
MODIFICATION

L -- Close Target Reconnaissance Instruction

Notice Date
8/28/2006
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-R-0128
 
Response Due
9/1/2006
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REVISE THE START AND COMPLETION DATES OF THIS COURSE OF TO START DATE: 30 OCTOBER 2006 AND COMPLETION DATE: 03 NOVEMBER 2006. NOTE: THIS SOLICITATION IS BEING RELEASED UNDER CONDITION THAT THE FY 2007 DOD APPROPRIATION ACT IS PASSED OR CONTINUING RESOLUTION IS ENACTED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Special Warfare Development Group has a requirement for the below equipment. The solicitation number is H92244-06-R-0128 and is issued as a request for proposal (RFP). A Firm Fixed Price (FFP) contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 effective 4 August 2006. This procurement is full and open competition and the associated NAICS code is 611699. Section B Schedule of Supplies/Services CLIN 0001 Close Target Reconnaissance Instruction 1 each Section C Statement of Work START DATE: 30 October, 2006 COMPLETION DATE: 03 November, 2006 TITLE: Close Target Reconnaissance Instruction PLACE OF PERFORMANCE: Virginia Beach, Virginia FOB POINT: Destination INSPECTION: Destination ACCEPTANCE: Destination STATEMENT OF WORK FOR CLOSE TARGET RECONNAISSANCE INSTRUCTION 10/30/06 ? 11/03/06 1. SCOPE. Naval Special Warfare Development Group (NSWDG) has identified an immediate need to conduct a course of instruction in the field of Close Target Reconnaissance. COI will provide realistic, practical training with application of comprehensive practical exercises. Training must provide the students with basic foot, vehicle, and combination foot-surveillance and technical capability. NSWDG is prepared to contract for this COI. 1.1 Background. The objective of this training COI is to provide realistic, practical training in areas specific to Close Target Reconnaissance to NSWDG personnel. This COI must include a series of practical exercises utilizing appropriate devices and scenarios based on real world events and as covered by the classroom portion of the COI. 1.2 Instruction Dates and Location. The selected contractor will be prepared to commence training at the NSWDG compound located in Virginia Beach, VA. The COI will run from 25 ? 29 September, 2006. The contractor must have available an ?off-site? location for the practice of practical exercises. This location must be within a 100 mile radius of NSWDG. Upon award of this contract the contractor will provide NSWDG with a complete plan of instruction for classroom instruction, practical exercise, and testing scenarios. 2. REQUIREMENTS. 2.1 GENERAL. The contractor must present a COI for the designated areas of instruction as outlined in this SOW. COI may contain topics other than those designated but at a minimum must include the skills and techniques outlined in this SOW. 2.2 Specific Requirements. 2.2.1 Number of Students. The number of students per course of instruction will not exceed 10 personnel. 2.2.2 Course of Instruction. COI will include at a minimum the following skills and techniques. - Planning - Briefing/Debriefing - Target Control - Infiltration - Covert Methods of Entry - Internal Movement and Discipline - Document and Material Exploitation - Technical Emplacement/Recovery - Deliberate and Emergency Exfil and Recovery 2.2.3 Contractor. The course instructors will possess and maintain the following credentials and references: 2.2.3.1 Qualifications. Instructors must have a minimum of 10 minimum of 10 years real-world experience in military operations and familiarity with Special Operations Force operational procedures. Experience must have been obtained in hostile, semi, and non-permissive operational environments, conducting Covert or Clandestine Intelligence Gathering and Advanced Force Operations Close Target Reconnaissance in direct support of combat operations. 2.2.3.2 Company History. Company must show prior past performance vetting the curriculum and proving successful application with Special Operations Forces and various Special Forces and Intelligence units. Past performance and experience will weigh more heavily towards award than cost. 2.2.3.3 Tactical Application. Instructors past experience must exhibit operational experience in the areas of Urban and Rural Reconnaissance and Surveillance with experience in Technical and Non-Technical Surveillance. 2.2.3.4 Experience. The contractor shall have experience in the disciplines identified in this SOW. The contractors work history shall demonstrate the experience and skill necessary to perform classroom instruction and practical exercises in the subject areas described in this SOW. 2.2.4 Place of Performance. Training will be conducted primarily at NSWDG facilities located in Virginia Beach, VA. Additionally, the contractor must have available an off-site location for the application of practical exercises. Training must be available at a location not to exceed a 100 mile radius from the NSWDG compound. 2.2.5 Training Materials. All required training materials and supplies will be supplied by the contractor. 3. OTHER CONDITIONS/REQUIREMENTS. 3.1 SECURITY. All contractor personnel shall sign non-disclosure statements as required to perform required tasks; abide by all applicable security regulations; conduct classified activities, discuss or otherwise handle classified material, data, or information exclusively in areas and under conditions cleared for such activity and at the appropriate level of classification; use communications, channels and systems as required by security regulations, policies, and procedures; transport classified materials only IAW all applicable security regulations; understand that violations of security regulations are grounds for termination of contractual obligations and other legal remedy. 3.2 DISCLOSURE OF GOVERNMENT INFORMATION. The contractor shall not disclose or release to other than government authorized persons or activities, the content of any government information or property. The contractor shall immediately notify appropriate security managers of any security violations, security incidents, or any indication of potential unauthorized disclosure or compromise of classified or sensitive unclassified material or information. POINTS OF CONTACT: a. Contract Specialist is Christine Anderson, christine.anderson@nswdg.navy.mil, (757) 492-7960 extension 2210, fax (757) 492-7954 b. Technical Point of Contact is Frank Matkins, frank.matkins@nswdg.navy.mil, (757) 492-7960 extension 2674 The following provisions and clauses are incorporated into the RFP: FAR 52.203-3 ?Gratuities? (Apr 1984) FAR 52.212-1 ?Instructions to Offerors -- Commercial Items? (Jan 2006) FAR 52.212-2 ?Evaluation -- Commercial Items? (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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: i) past performance and contractor experience ii) technical capability of the item offered to meet the Government requirement; (iii) price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 ?Offeror Representations and Certifications -- Commercial Items? (Mar 2005) Alternate I (Apr 2002) Email Christine Anderson at christine.anderson@nswdg.navy.mil for copy of clause with fill-ins. FAR 52.212-4 ?Contract Terms and Conditions?Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Apr 2006)(Deviation) (1) FAR 52.203-6 ?Restrictions on Subcontractor Sales to the Government? Alternate I (Oct 1995) FAR 52.233-2 -- Service of Protest (Aug 1996) FAR 52.233-3 -- Protest After Award (Aug 1996) FAR 52.233-4 ? Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Mar 2006) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) The Defense Priorities and Allocations System (DPAS) and assigned rating of this procurement is DOC7. All responsible sources may submit a proposal which shall be considered by the agency. Offers are due no later than 4:00pm Eastern Standard Time (EST) on 01 September, 2006. Offers shall be emailed to Christine Anderson at christine.anderson@nswdg.navy.mil, telefaxed to (757) 492-7954, or mailed by U.S. Postal Service to NSWDG, Attn: Contracting Officer, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact is LT Erika Fugere at (757) 492-7960 extension 2808 or email erika.fugere@nswdg.navy.mil with questions regarding this solicitation.
 
Place of Performance
Address: NAVAL SPECIAL WARFARE DEVELOPMENT GROUP, 1636 REGULUS AVE., VIRGINIA BEACH, VIRGINIA
Zip Code: 23461
Country: UNITED STATES
 
Record
SN01127974-W 20060830/060828221857 (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.