SOLICITATION NOTICE
U -- Wartime/Combat Vehicle Training
- Notice Date
- 7/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611692
— Automobile Driving Schools
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- F2FT159183A001
- Point of Contact
- Robert L Pitre, Phone: 850-884-1261, Leigh Ann Gunter, Phone: 8508841269
- E-Mail Address
-
robert.pitre@hurlburt.af.mil, leigh.gunter@hurlburt.af.mil
(robert.pitre@hurlburt.af.mil, leigh.gunter@hurlburt.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 solicitation number is F2FT159183A001 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. This acquisition is being considered for 100 percent small business set-aside. Interested small business concerns should indicate interest to the Contracting Office, in writing, as early as possible. The North American Industry Classification System Code (NAICS) code for this acquisition is 611692. The Small Business size standard is $7.0 Million. This procurement is to procure Wartime/Combat Vehicle Training in accordance with the attached Statement of Work (SOW). Combat vehicle training to include: Basic vehicle control using HUMV’s to include but not limit threshold braking, counter steering, weight transfer, skid recovery and drifting; Evasive driving to include PIT maneuvers, j-turns, ramming, and pendulum turns; ambush drills; motorcade operations, tandem formation driving and blocking; Countermeasures tactics; Bailout/Breakout drills to include taking over another vehicle, breaking out of trapped vehicles using ramming and counter-ambush techniques; Dead-man takeover exercises and simulated wounded teammate drills in moving vehicle drills to include firing M-4 rifles and M-9 pistols in and around moving vehicles simulating combat scenarios; Shootout scenarios using vehicles as cover; Night ambush training drills using M-4 rifles and M-9 pistols while driving combat vehicles. The following provisions apply to this acquisition. Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offer whose proposal, conforming to this synopsis/solicitation, will offer the best value to the Government, price, and other factors considered. The listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by reviewing the Federal Acquisition Regulation via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, DFARS 252.225-7000, DFARS 252.225-7001, and DFARS 252.225-7002. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Sep 2006) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2-Evaluation--Commercial Items, which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical acceptability/capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price; (iii) past performance. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Technical acceptability/capability, price, and past performance are of equal importance. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Sep 2007), with the quotation. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Aug 2007)(Deviation), FAR 52.219-1-Small Business Program Representations (May 2004) Alternate I (Apr 2002), FAR 52.222-22-Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25-Affirmative Action Compliance (Apr 1984), FAR 52.232-18-Availability of Funds (Apr 1984), FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2-Clauses Incorporated by Reference (Feb 1998), FAR 52.252-6-Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004-Required Central Contractor Registration (Nov 2003), and DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007)(Deviation). Interested parties must submit any questions in writing via email (preferred method) to TSgt Rob Pitre; Email: Robert.Pitre@hurlburt.af.mil; Phone: 850-884-6196; Fax: 850-884-5372; Address: 1 SOCONS/LGCA, 350 Tully Street, Hurlburt Field, FL 32544. Quotations (Offer Schedule and Representation and Certifications) are due to 1 SOCONS/LGCA via email, fax or mail, no later than (NLT) 12:00 Noon Central Standard time, 31 July 2009. It is the Contractor’s responsibility to ensure the receipt of their offer. To be eligible for this award, Offerors must be Central Contractor Registered (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. STATEMENT OF WORK for Mobile Force Protection Course 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, equipment, supplies, and labor necessary to ensure the services are performed at Contractors facility. Provide training for 12 students per class without prior coordination, and the ability to increase the number of students beyond 12 if required. 1.1 Task Description Multiple Vehicle Counter Ambush Drill Training. 1.1.1 During this drill students will come under ambush in an urban area similar to those found in the Middle East. Non-combatant role players and two story structures to simulate high angle fire scenarios will be employed. 1.2 Task Description Damaged vehicle/wounded soldier ambush drill. 1.2.1 During this drill three vehicles shall be conducting movement. During movement one vehicle shall come under attack by simulated Rocket Propelled Grenade (RPG’s), 12 gauge shotguns, pyrotechnic devices, and simulated full automatic small arms fire by armed aggressors. A pre-designated vehicle shall be disabled by a RPG strike and one of the students shall be designated as a wounded soldier. The surviving vehicles shall set up a base of fire and gain fire superiority to draw fire away from the disabled vehicle. Once fire superiority is gained one vehicle shall move toward disabled vehicle and extract the wounded teammate and vehicle crew. 1.3 Task Description Basic Vehicle Control. 1.3.1 During this block of instruction students will be introduced to and will develop skills in threshold braking, counter steering, weight transfer, skid recovery and drifting. 1.4 Task Description Evasive Driving. 1.4.1 During this block of instruction students will be introduced to and will develop skills in PIT maneuvers, j-turns, ramming and pendulum turns. 1.5 Task Description Countermeasures. 1.5.1 During this block of instruction students will be introduced to and will develop skills in vehicle force off tactics. 1.6 Task Description Motorcade Operations. 1.6.1 During this block of instruction students will be introduced to and will develop skills in threa-the-needle, tandem formation driving and blocking. 1.7 Task Description Bail Out / Breakout Drills. 1.7.1 During this exercise the student’s vehicle shall become disabled. The students shall identify and take over another vehicle on the street. Students shall practice situational awareness to preserve security and to prevent the boxing in of their vehicle. Each student shall breakout of this trap by utilizing ramming and counter-ambush techniques taught by the contractor. 1.8 Task Description Dead Man Takeover Exercises. 1.8.1 During this exercise the student vehicle shall be pursued by enemy force while under fire. At a designated point the driver of the student vehicle shall become a simulated kill. The student in the passenger seat shall gain control of the vehicle, assume the position of the driver, and still evade the enemy force. This course shall be laid out with a minimum of 750 meters, multiple obstacles, and multiple enemy forces. Each student shall perform this exercise initially with an instructor as the driver, then with fellow students. 1.9 Task Description Wounded Teammate Drills with Oleoresin Capsicum (OC) Exposure. 1.9.1 During this exercise, no more than three students at a time will participate utilizing a 220 lb training dummy. Student’s vehicle will be disabled by enemy fire or mechanically disabled after sustained evasion. Students must then bailout of that vehicle, extract the training dummy, utilize the best cover points of the downed vehicle and fight their way down the street, and break contact with the attackers. This drill shall utilize protective equipment, M-4 rifles, and M-9 pistols with simunition barrels. After all of the students have run through the drill they shall be exposed to OC spray. The purpose of this is to demonstrate the effectiveness of this less-than-lethal option and shall illustrate the impact it can have on deployment of weapons and tactics. The students shall then be placed back into their protective gear and made to run the force-on-force drills again while experiencing the effects of the OC spray. Students shall be provided a nationally recognized certification for use of OC Spray. 1.10 Task Description Bailout / Break Contact Immediate Action Drills. 1.10.1 These exercises shall involve four students. During movement the student’s vehicle shall be disabled by enemy contact or by Improvised Explosive Devices (IED). After realizing their vehicle is disabled the students must bailout off the vehicle, utilize the best cover points of the downed vehicle to gain situational awareness, and fire superiority. The students shall utilize their operational SOP’s, fight their way down the street, and break contact with the attackers. The enemy shall attack the students from other vehicles, buildings and cover and concealment. This drill shall utilize protective equipment and M-4 rifles and M-9 pistols with simunition barrels and each student shall begin with 150 rounds on each repetition. At least, two instructors shall dismount the pursuit vehicle and place the students under direct fire. The students shall return fire and maneuver to break contact. If struck by a round, the student or instructor is considered dead. Each student shall run this drill numerous times from the driver and passenger seats. 1.11 Task Description Live-fire Scenarios Static and Moving Vehicle Drills. 1.11.1 The students shall conduct live-fire exercises with M-4 rifle and M-9 pistols from various positions in or around both static and moving vehicles simulating combat scenarios. All live-fire drills shall be conducted utilizing firearms and munitions provided by the contractor. 1.12 Task Description Live-fire Break Contact Drill while Using a Vehicle for Cover. 1.12.1 Each student shall utilize the areas on a variety of vehicles that can be used to protect him or her from enemy fire while conducting drills to include dismounting and live firing from these points engaging steel targets at 10 to 20 meters. This drill shall begin inside a disabled vehicle and utilize the M-4 and M-9 and shall be run with four students. 1.13 Task Description Level 3 MMFPT Live Fire Culmination Drill. 1.13.1 This drill shall bring together all of the skill sets and counter ambush tactics taught disaggregated during the Level 2 block of instruction earlier in the course. In four-man teams each student shall encounter and counter each of the attack scenarios covered in Level 2 with no break. Similar to an obstacle course each student shall counter attack after attack in a fluid contiguous environment with escalating levels of stress. 1.14 Task Description Night Exercise Level I and II Review. 1.14.1 Night training sessions shall include as a minimum counter-ambush and dead end breakout drills. These drills shall be conducted with a minimum of five SUVs with three to four students per vehicle. Each student shall be armed with an M-4 rifle and M-9 pistol with simunition barrel adapters, along with protective equipment. The pattern and timings of the ambushes shall reflect current ambush tactics being encountered by U.S. forces in Iraq and Afghanistan. 2. GENERAL INFORMATION 2.1. Contractor Personnel. 2.1.1. Contract Manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate or alternates, who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start date. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager and alternate or alternates must be able to read, write, speak, and understand the English language. 2.1.2.. Contractor Employees. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. 2.2. Physical Security. The contractor shall safeguard all government property. At the close of each work period, facilities shall be secured. The contractor shall designate a custodian(s) and alternate(s) to receipt for and account for government property. 2.2.1. Key and Lock Combination Control. The contractor shall establish and implement methods of making sure all keys issued for the contractor’s use are not lost or misplaced and are not used by unauthorized persons. The contractor shall immediately report to the QAP or contracting officer any occurrences of loss, unauthorized use, or unauthorized duplication of keys. In the event keys are lost or duplicated, the contractor shall be required to re-key or replace the affected lock or locks at contractor’s expense. 2.2.2. Lock Combinations. The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. 2.3. Storage Areas. The contractor shall be responsible for the orderliness and cleanliness of furnished storage area. The area shall be clean and neat, free of fire and safety hazards, and free of unsanitary conditions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT159183A001/listing.html)
- Place of Performance
- Address: Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN01886258-W 20090726/090724235420-3f8744bb1d6328e56eb21e75704c679d (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 |