Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

U -- Basic Level Special Warfare Combatant Craft Curriculum (SWCC) Development

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-10-T-0014
 
Archive Date
8/19/2010
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.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 FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0514. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-38, effective 01 February 2010 and DFARS Change Notice 2009-O0009. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The North American Industrial Classification (NAICS) code is 611699, the Small Business Standard is $7.0 Mil. This requirement is a 100% Small Business Set Aside. The Naval Special Warfare Special Boat Twenty-Two, 2603 Lower Gainesville Road, Stennis Space Center, MS. request responses from all qualified sources capable of developing a unit level Training Curriculum. CONTRACT LINE ITEM NUMBER (CLIN) 0001 Basic Unit Level Special Warfare Combatant Craft Crewman (SWCC) Course. Contractor shall provide all materials as specified in the Statement of Work. When quoting, please provide a firm fixed price for each of the following areas: Sub Line Item Number (SLIN) 0001AA Communications Quantity 1 each SLIN 0001AB Navigation Quantity 1 each SLIN 0001AB Engineering Quantity 1 each SLIN 0001ABLand Navigation Quantity 1 each SLIN 0001ABMedical Quantity 1 each SLIN 0001AB Mission Planning Quantity 1 each SLIN 0001AB Casualty Control Quantity 1 each, SLIN 0001AB Navigation Falcon View Quantity 1 each SLIN 0001AB Weapons, Transportation Quantity 1 each SLIN 0001AB SOCR Specific Quantity 1 each. Performance shall be as specified in the Statement of Work below: The period of Performance shall begin immediately upon issuance of the purchase order. All performance shall be completed no later than 30 September 2010. Delivery location: Contractor's and Government's Facility. Contractor's facility must be located within the continental United States of America. This requirement is FOB Destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.202-1 Definitions (JUL 2004), 52.203-3 Gratuities (Apr 1984), 2.203-6 Restrictions On Subcontractor Sales To The Government (SEP 2006), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (SEP 2007), 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (SEP 2007), 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000), Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.209-5 Certification Regarding Responsibility Matters (APR 2010), 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), 52. 211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness and Energy Program Use (APR 2008), 52.212-3 Offeror Representations and Certification-Commercial Items (AUG 2009), 52.212-3 and its ALT I (Jun 2008), Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation)(Oct 2008), 52.219-27 Notice of total Service-Disabled Veteran-Owned Small Business Set-aside (MAY 2004). 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.233-1 Disputes (JUL 2002). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2001), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007)(Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005)and 252.211-7003 Item Identification and Valuation (Aug 2008). 5652.204-9000 Individual Authorized to Sign (2003), 5652.233-9000 Independent Review of Agency Protests (2009) and 5652.237-9000. Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (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: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1200 noon hours (Eastern Standard Time) on 04 AUG 2010. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil. BASIC Mission Planning Course of Instruction Objective The objective of this Statement of work (SOW) fulfills planning, analysis, and development of the curriculum package for SBT-22. This curriculum package will be utilized to train SWCCs in all areas of crewman skill sets, techniques and procedures while performing assigned duties while assigned to Special Operations Craft Riverine Detachments. The curriculum package shall include: Lesson Plans. Student Training Guides, visual media and Curriculum Training Materials. This Statement of Work (SOW) is designed to meet the curriculum development requirements of Special Boat Team Twenty Two personnel by professionally and technically experienced training personnel. A critical element of success is the curriculum developer's ability to work in close coordination with Special Boat Team Twenty Two Training Department to create synergy, and a transparent bridge between other assigned training. SCOPE The contractor shall plan, analyze, design, and develop the Unit Level Training (UI.T) curriculum package for SBT-22 in accordance with the specifications outlined. The curriculum shall meet all required training for assigned personnel. The contractor shall develop the curriculum package utilizing the Task Based Curriculum Development Method. The contractor shall develop the following key components: Lesson Plans. Student Training Guides, visual media and Curriculum Training Materials. The contractor shall participate in a kick-off meeting, requirements review, and design and program reviews. These meetings shall be conducted by teleconference, video teleconference, or during on site visits to the contractor and/or government facilities as mutually agreed upon, but not less than twice during the development of the course material. Period of Performance: The period of performance for this effort is upon issue of purchase order and to be completed no later than 30 September 2010. BASIC Mission Planning Course of Instruction Curriculum Design: The Core Curricula shall include but not limited to: Academic Training Overview: Detachment Organizational Structure Navigation Electronic Navigation RADAR overview and operation Global Positioning System overview and operation Dead Reckoning Aids to Navigation Rules of the Road Charts and Publications Plotting Navigation Falcon view Land Navigation Prisoner handling Engineering Special Operations Craft Riverine Propulsion Systems Special Operations Craft Riverine Engineering Systems Special Operations Craft Riverine Electrical Systems Engineering Logs and Records Instructions Damage Control Fire/Flooding Communications Radio Principles and Voice Procedures Electronic Key Management System Electronic Key Management System Equipment AN/PSC-5 AN/PRC-150 AN/PRC-148 AN/WSQ-8 Tactical Radio System Riverine specific Abandon craft / Destruction of craft Ambush / Counter ambush DA/Fire Support Force Protection Formations Immediate action drills Insert / Extract BASIC Mission Planning Course of Instruction Launch and recovery LP/OP Patrolling Tow Vessel introduction Weapons Crew Served Weapons Mounts Weapons and Ordnance Safety Visual Augmentation Systems Individual Crew Served Weapons M-79 Grenade Launcher M-203 Grenade Launcher Crew Served Weapons M240N 7.62 Machine Gun M2HB 50 Cal Machine Gun 40MM MK-19 Machine Gun Small Arms Practical Evolution Heavy Weapons Practical Evolution Mission Planning Law of Armed Conflict Rules of Engagement Special Operations Missions Introduction to Mission Planning Detachment Roles and Responsibilities Special Operation Missions Mission Planning Guide-Phases of Mission Planning Mission Analysis Courses of Action Warning Order Concept of Operation Detailed Planning Brief Back-Mi-TOC Essential Elements of Information Planning Cells Place of Performance: Special Boat Team Twenty Two, Little Creek, VA and the Contractor's facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-10-T-0014/listing.html)
 
Place of Performance
Address: Naval Special Warfare, Special Boat Team Twenty, and Contractor's Facility., Stennis Space Center, Missouri, 39529, United States
Zip Code: 39529
 
Record
SN02210490-W 20100721/100719234851-7f7f1f8db16510862613e659879661de (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.