Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
MODIFICATION

U -- Notice of Intent to Sole Source Free Fall Training

Notice Date
2/27/2014
 
Notice Type
Modification/Amendment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M00681-14-T-0030
 
Archive Date
3/24/2014
 
Point of Contact
Justin M. Eastman, Phone: 7607253418
 
E-Mail Address
justin.eastman@usmc.mil
(justin.eastman@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO METRIS Global to provide the following training: Dust Devil Tactical Free Fall Infiltration Training Program Name of Contractor: METRIS Global Address of Contractor: 1201 S Alma School Rd, Suite 16500, Mesa, AZ 85210 Approximate Dollar Value of Award: The value of the proposed contract is expected to be under $100,000. Description of Service : I. SCOPE The purpose of this contract is to provide Advanced Military Free Fall training to Force Reconnaissance Marines with current basic level military freefall qualifications (Course ID: TBD) A twelve-day course to give 20 participants the knowledge and skills to effectively plan, train, and execute military free fall operation into semi/non permissive environments that may possess enemy freedom of movement and or early detection assets that would deny the ability for alternate means of insertion. Training shall be provided by expert trainers certified by the department of defense and the USPA through extensive classroom instruction, practical applications into multiple unlit, unmarked drop zones with the integration of night vision devices, body armor, combat equipment and supplemental oxygen. All instructors must be: a) USPA "Accelerated Free Fall (AFF)" Instructor, or a former Military Free Fall Instructor, or a former Airborne Mobile Training Team Instructor. b) Must be a graduate of the Multi-Mission Parachutist Course or qualified on the Multi-Mission Parachute System (MMPS) by the manufacturer in all configurations. c) Must be a graduate or instructor of the Army's Advanced Infiltration Course (ATIC) d) Must possess current High Altitude Parachutist (HAP) initial qualification for operations requiring the use of supplemental oxygen. e) Must possess a current Federal Aviation Administration Medical Certificate Third Class or be medically qualified to participate in Military Free Fall operations. f) Must have completed one jump in the last six months using the MMPS to be current on the MMPS. If an individual is not current and intends to use government owned parachute equipment or aircraft, they must conduct documented refresher training, to including packing of the main parachute, with a current MFFJM and parachute rigger prior to executing any airborne operations. The period of instruction shall contain 1000, 2000, 4000, 5000 Level tasks as outlined in the Reconnaissance Training and Readiness Manual NAVMC 3500.55B. After completing this course, students will be able to: a) Properly don appropriate airborne equipment. b) Properly equip weapons. c) Operate Night Vision Devices under free fall and canopy. d) Navigate successfully to a desired landing area. e) Operate Electronic Navigational equipment free fall operations. f) Properly rig navigational equipment. g) Pack a freefall parachute in a variety of configurations utilizing the MMP360 only. h) Effectively group under upon exit and under canopy. i) Conduct Day-time freefall operations as a team. j) Conduct Night-time free fall operations. k) Conduct free fall operations in a desert environment. l) Conduct free fall operation in an environment that offers minimal weather effect on free fall operations. m) Conduct a parachute insertion into a Special Purpose Drop Zone. n) Perform duties as a freefall jumpmaster. o) Lead a team in parachute insertion p) Conduct static line parachute operations with the MMP360 only. q) Conduct Final High Altitude Jump from a C-130 into evaluated exercise Ft Lewis Washington in support of Combat Readiness Exercise 1st Reconnaissance Battalion. II. PLACE OF PERFORMANCE The vendor will provide facilities within 300 miles of Camp Pendleton that has classrooms, media, hygeine and lodging. These facilities will be required for the conduct of both the Double Bag Static Line Course from the Marine Corps Air Mobile Training Team (TECOM AMTT) (15 days) and the resident Advanced Military free fall Course POI (12 days) taught by the vendor. Coordination with the designate government representative will be required to ensure that the appropriate equipment is set up and in place prior to the start of training. Training will be conducted in a facility that is located within 500 meters of a military grade landing strip supportable to C-130 aircraft. The training area must also be within 500 meters of the airport and contain multiple (5 or more) military surveyed drop zones in accordance with DOD policies. III. PERIOD OF PERFORMANCE The 27 day training courses incorporating 2 POI's shall convene within 10 days after contract award. IV. TASKS 0001: Qty (1), 15 Day Double Bag Static Line (DBSL) POI Training and Education Command (TECOM) will provide basic level qualification to all non-military free fall qualified students in the packing, rigging, employment of the MMP360 military free fall parachute in the double bag static line configuration. Vendor will be required to provide a liaison, training area, lodging, hygiene areas for 60 personnel at a given time. This POI will be led, trained and exercise by active duty members of the Marine Corps only as the POI is provided by TECOM. 0002: Qty (1), 12 Day Advanced Military Free Fall POI Vendor will provide Marines with a period of instruction in critical tasks required by the Marine Expeditionary Unit and Mission Essential Tasks of the unit. Marines will participate and train to the critical task list organic to the Army ATIC course POI that mirrors new training standards outlined in their respective T&R Manual. Students will complete these critical tasks: a) Perform body stabilization techniques with night vision goggles, special weapons, and equipment. b) Rig a parachutist helmet with night vision goggles for military free fall operations. c) Program an electronic navigation board system for military free fall operations. d) Rig an electronic navigation board system for military free fall operations. e) Pack the MMP360 Ram Air Canopy f) Perform Jumpmaster Personnel Inspection (JMPI) on an MFF Parachutist (Jumpmaster only) g) Perform a Military Free Fall Operation with Special Equipment. h) Perform military Free Fall Operations with Night Vision Goggles, Special Equipment, and Portable Oxygen Equipment. i) Perform a Military Free Fall High Altitude High Opening (HAHO) Parachute Jump Utilizing Electronic Navigation and Combat Equipment, j) Operate the Military Free Fall Electronic Navigation System While Under Canopy. k) Maneuver the MMP360 Ram-Air Canopy to a Designated Point on the Drop Zone Utilizing Electronic Navigation Equipment. l) Perform Military Free Fall Operations with Night Vision Goggles, Special Weapons, Combat Equipment, and a Portable Bail-Out Oxygen System as a Member of a Group. m) Compute the High Altitude Release Point (HARP) for a HAHO Operation Utilizing Electronic Navigation Equipment. (Jump Masters Only) n) Perform a Blind Drop for a Military Free Fall Operation. o) Conduct Military Free Fall Parachute Special Weapon and Equipment Refresher Training. p) Conduct Military Free Fall Jumpmaster Special Weapon and Equipment Refresher Training. (Jump Master Only) V. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) The government will furnish the following equipment: a) Parachutes b) Altimeter c) Oxygen System Complete d) O2 consoles e) Night Vision Goggles f) IMBITR radios with chargers Interested persons may identify their interest and capability to respond to the requirement, and should furnish detailed data concerning their capabilities to provide the supplies sought including pricing data and technical data sufficient enough to determine that a comparable source to the government is available. The training must be conducted on the referenced dates and within the associated proximity to Camp Pendleton CA. The Government will be the sole determiner regarding an offerors ability to meet all requirements. The government will consider all EOIs received prior to 10 days after date of publication of this synopsis before 1600 PST on that date. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. EOIs sent via the U.S. Postal Service should be mailed to: Regional Contracting Office, MCI-West, Attn: Captain Justin Eastman, P.O. Box 1609, Oceanside, CA 92051-1609. EOIs sent via Federal Express or hand carried must be delivered to Regional Contracting Office, MCI-West, Attn: Capt Justin Eastman, Bldg. 22180, Marine Corps Base Camp Pendleton, CA 92055 during weekdays, excluding federal holidays, between the hours of 7:00 a.m. and 4:30 p.m. EOIs may be submitted via facsimile to Attn: Capt Justin Eastman at (760)725-4346. The facsimile transmission must clearly identify this notice and the name of the contracting officer on the first page. Submitters bear the burden of ensuring that the EOI reaches the designated contracting officer on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the transmission must reach the office before the deadline specified and pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The submitter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. This purchase will be under Simplified Acquisition Procedures and Other Than Full and Open Competition as authorized under FAR 13. The anticipated award date is 10 Mar 2014. Point of contact for this purchase is Captain Justin Eastman at (760)725-3418.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-14-T-0030/listing.html)
 
Place of Performance
Address: The vendor will provide facilities within 300 miles of Camp Pendleton., Camp Pendleton, California, United States
 
Record
SN03297997-W 20140301/140227234219-3d5f0372bf419b09332fa552c5acbd59 (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.