Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

U -- Advanced NAVSOF Training Course Services

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018917R0048
 
Response Due
5/23/2017
 
Archive Date
6/7/2017
 
Point of Contact
Shawnta Wells 757-443-1419
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source set-aside for Service-Disabled Veteran-Owned small business concerns under the authority of FAR 19.1406. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The RFQ number is N0018917R0048. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 611430 and the employee size standard is $11M. This is a SDVOSB Sole Source, unrestricted action to be awarded to Point One USA, LLC DBA POINT ONE. The Explosive Ordnance Disposal Explosive Group Two (EODGRU2) requests responses from qualified sources capable of providing: The Contractor shall provide all labor, materials, facilities and equipment, including but not limited to: all qualified instructors, labor, role players, training aids, explosive materials, facilities and equipment necessary, to instruct and train U.S. Navy EOD Personnel in specified areas. The training curriculum shall be designed to support a three week (5 days per week) course of instruction with a minimum of 7 hours and maximum of 10 hours of instruction per training day. The Contractor shall provide both classroom and practical training which provides a focus in the following areas: 1)Special Operations EOD Mission Planning, Philosophy and Tactics 2)Chemical Biological Radiological Nuclear (CBRN) and Counter Proliferation Operations 3)X-ray and Disruption 4)EOD Threat Assessment 5)Advanced IED Electronics 6)Category A EOD Tasks 7)Combat Exploitation (CE) or Sensitive Site Exploitation (SSE) 8)Home Made Explosives (HME) The Contractor shall provide classroom instruction, followed by a combination of technical practical exercises and full mission profile type drills, that affords EOD operators the opportunity for feedback and further development of practice techniques. SPECIAL OPERATION EOD MISSION PLANNING, PHILOSOPHY AND TACTICS: 1)Plan operations and develop briefs to provide EOD support during Special Operations missions 2)Describe EOD equipment planning considerations when in support of special operations 3)Describe EOD philosophy and techniques to render safe an IED/WMD in support of special operations CBRN AND COUNTER PROLIFERATION OPERATIONS 1)Plan operations and develop briefs to provide EOD support during CBRN/Counter Proliferation missions 2)Describe and execute procedures to render safe and/or prevent function as design when CBRN types of devices are involved in a special operations mission 3)Describe procedures to protect the force and provide expedient decontamination procedures during a CBRN Special Operations mission 4)Describe and execute procedures to limit the spread of contamination, package and decontaminate, identify and verify, and transport CBRN materials discovered during a special operations mission GENERAL AND PRECISION DISRUPTION AND X-RAY TECHNIQUES 1)Describe and employ procedures and techniques used to precisely target critical components contained in an IED 2)Describe and employ procedures to evade X-ray sensitive switches 3)Describe and employ procedures to generally disrupt IED s that present an impendence to assault 4)Use dynamic EOD tools against HME and predict the outcome when they are used to disrupt IED s containing sensitive explosives 5)Describe and build-up EOD dynamic tools to include Bottler, Demi-mod, Stingray, PAN, T-3, and Vulcan EOD THREAT ASSESSMENT 1)Recognize and describe threat assessment factors when conducting special operations missions and differentiate between a conventional and a Cat A situation while conducting threat assessment. Cat A is defined as incidents that constitute a grave and immediate threat. 2)Recognize and describe threat assessment factors to consider during an EOD event that involves a conventional approach and when HME is involved. ADVANCED IED ELECTRONICS 1)Describe the function of electronic components commonly used in Improvised Explosive Device (IED) circuits 2)Discuss electronic theory associated with IED circuits and describe the characteristics associated with these types of circuits and components. 3)Explain basic principles for calculating variables associated with Ohms Law and how they relate to IED circuits. 4)Construct IED electronic circuits using a combination of solderless bread boards, strip boards, and printed wiring boards (PWB) that cover the spectrum of current IED s in use. ADVANCED MANUAL ACCESS AND CATEGORY A EOD TASKS 1)Recognize and describe the types of Intrusion Detection Systems (IDS) capable of use in an IED/WMD 2)Describe and employ techniques to electronically and physically defeat IDS systems and sensors when incorporated in an IED. 3)Describe and apply tools and techniques used to manually access various types of container materials to include but not limited to metal, wood, plastic and cardboard/fibrous materials 4)Describe and employ techniques to safely and accurately conduct circuit diagnostics and defeat detonators in an IED circuit 5)Describe and employ techniques to handle hostages involved in a Cat A situation 6)Employ effectively EOD diagnostic tools against an IED 7)Describe and employ techniques to recognize, identify and defeat light sensitive switches COMBAT EXPLOITATION (CE) 1)Describe and practice EOD s role in performing Combat Exploitation (CE) 2)Identify key items to recover during CE operations 3)Describe the steps to consider for collecting information and components found during the CE process 4)Describe and recognize the differences between a HME lab, a chemical lab, a biological lab and a drug lab HOME MADE EXPLOSIVES (HME) 1)Recognize and describe the indicators of HME production 2)Identify the various precursor components used to manufacture HME 3)Identify and recognize the source of supply for precursor materials and legitimate use areas 4)Describe the process for manufacturing HME 5)Recognize the characteristics of improvised detonator production and use 6)Identify the various components used to manufacture improvised detonators 7)Discuss and execute procedures to identify and verify HME using spectroscopic and wet chemistry equipment 8)Discuss and recognize HME compounds at a microscopic level 9)Discuss and conduct field tests to identify primary and secondary HME 10)Discuss, conduct and execute techniques to desensitize HME 11)Describe safety and stability characteristics associated with HME compounds of interest 12)Discuss and describe detonation velocities, density requirements and critical diameters of various HME compounds of interest 13)Conduct X-ray procedures against both primary and secondary HME and recognize the difference in compounds 14)Describe the key characteristics associated with the visible detonation of various HME compounds and key factors to consider from a post blast analysis Period of performance is 29 May 16 June 2017; Delivery Location is JEB-Little Creek, Virginia Beach, VA 23459. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation JAN 2017 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreeements or Statements JAN 2017 52.204-7 System for Award Management OCT 2016 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7001 Hazard Warning Labels DEC 1991 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 FAR Clauses listed in full text are applicable to this procurement: 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: [insert telephone number]. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of provision) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (a) Definitions. As used in this clause-- Driving (1) Means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) Does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary. Text messaging means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. The term does not include glancing at or listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle, provided that the destination and route are programmed into the device either before driving or while stopped in a location off the roadway where it is safe and legal to park. (b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging while Driving, dated October 1, 2009. (c) The Contractor is encouraged to-- (1) Adopt and enforce policies that ban text messaging while driving-- (i) Company-owned or -rented vehicles or Government-owned vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct initiatives in a manner commensurate with the size of the business, such as-- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts that exceed the micro-purchase threshold. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) Quoters shall include or are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7001 Hazard Warning Labels DEC 1991 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 DFARS Clauses listed in full text are applicable to this procurement: 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, South Caucasus/Central and South Asian (SC/CASA) state, South Caucasus/Central and South Asian (SC/CASA) state end product, and United States, as used in this provision, have the meanings given in the Buy American and Balance of Payments Program--Basic clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-- Basic clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ___ (Line Item Number Country of Origin) ___ (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product: (Line Item Number) ___ (Country of Origin (If known)) ___ (End of provision) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) ***TO BE DETERMINED UPON AWARD*** (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (Contracting Officer: Insert applicable document type(s). Note: If a Combo document type is identified but not supportable by the Contractors business systems, an Invoice (stand-alone) and Receiving Report (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____ (Contracting Officer: Insert inspection and acceptance locations or Not applicable .) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWFData to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC____ Issue By DoDAAC____ Admin DoDAAC____ Inspect By DoDAAC____ Ship To Code____ Ship From Code____ Mark For Code____ Service Approver (DoDAAC)____ Service Acceptor (DoDAAC)____ Accept at Other DoDAAC ____ LPO DoDAAC____ DCAA Auditor DoDAAC____ Other DoDAAC(s)____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or See schedule if multiple ship to/acceptance locations apply, or Not applicable. ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. ____ (Contracting Officer: Insert applicable email addresses or Not applicable. ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitys WAWF point of contact. ____ (Contracting Officer: Insert applicable information or Not applicable. ) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) This announcement will close at 3pm (EST) on 23 May 2017. Contact Shawnta Wells who can be reached at 757-443-1419 or email Shawnta.wells@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917R0048/listing.html)
 
Place of Performance
Address: JEB-Little Creek, Virginia Beach, VA
Zip Code: 23459
 
Record
SN04513895-W 20170520/170518235611-4a4740a15fd1fc60af86b16ad64ff90d (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  © 1994-2020, Loren Data Corp.