Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2019 FBO #6389
MODIFICATION

U -- Small Arms Course of Instruction

Notice Date
5/20/2019
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
2000 Trident Way; Bldg 603M San Diego CA 92155
 
ZIP Code
92155
 
Solicitation Number
H9224019Q2045
 
Response Due
5/22/2019
 
Archive Date
5/24/2019
 
Point of Contact
Jeffrey J. Harrington, Chief, Contracting Div. 02, Phone 6195371631, - WARCOM Contracts, Phone 757-763-2412
 
E-Mail Address
jeffrey.harrington@socom.mil, NSWK2@socom.mil
 
Small Business Set-Aside
N/A
 
Description
Vendor shall provide to Naval Special Warfare (NSW) a Small Arms Training Course of Instruction (COI): • Contractor shall provide ranges in varying terrain at differing elevations in the mid distance engagement range (50-300 meters) to simulate real world target engagements. • Contractor shall provide long range static targets in the 800-1200 meter range. • Contractor shall provide shooting drills modeled after real world scenarios, emphasizing target identification and discrimination in both "deliberate" and "dynamic" settings. • Contractor shall provide two (2) four (4) day, thirty-two (32) hour COI's on employment of small arms weapons to 25 command members each COI. • Vendor shall provide classroom, armory, range, and training devices • Government will provide Medics, Weapons, Ammo, and Night Vision devices and be in full military gear • Contractor shall abide by DoD Ammunition and Explosives Safety Standards: General Explosives Safety Information and Requirements DoD Manual Number 6055.09-M, Volumes 1 - 8, all changes are applicable. http://www.dtic.mil/whs/directives/corres/html/605509m.html • Contractor shall permit NSW personnel to collect all expended brass after each training evolution for processing and recycling. All ranges shall be assessed by NSW for use in any training requiring live ammunition (5.56m or 9m) or simulated munitions. A more detailed requirement will be included in the Request for Proposal (RFP). Information received from this sources sought notification will be used to ascertain potential market capability and determine the acquisition strategy (ex. Full and open/small business set-aside, etc.). The Government's intent is to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) task orders. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. Services shall include: • 4 days of training (32 hours) each COI. • Instructors shall possess in depth knowledge of SOCOM and NSW tactics, techniques, and procedures (TTPs). • Lead Instructor shall possess 10 years' experience teaching marksmanship training to NSW personnel. • Instructor(s) shall be U.S. citizens. • Contractor shall provide all range facilities and targets. Range shall be capable of supporting 9mm, Green tip 5.56mm, as well as various high power rifle munitions. • Range facilities shall allow for: close range shooting from 2 yards to upwards of 100 yards, Mid-range steel targets from 50-300+ meters, and long-range targets from 800-1200 yards. • Range facility shall also provide varying high elevation target engagement scenarios (at or above 3000' elevation). • Range facility shall at a minimum also include the following range types: One (1) paper target lane for all students to fire at paper targets during a single evolution. One (1) steel pistol mover range. One (1) steel rifle mover range. One (1) steel 300 yard range. One (1) reactive steel 300 yard range in varied terrain. Four (4) steel head plate ranges. Two (2) ranges capable of supporting "El Presidente" drills. • Range shall comply with all applicable local, state and federal certifications and guidelines. Proposed training location shall take place on land owned or permitted for use by vendor. Vendor shall provide documentation of state or federal environmental reviews (i.e. CEQA or NEPA) conducted for the proposed property, and for the proposed use of said property, and any previous permits issued for said property. • Range facilities shall be available for use from 0700 to 1800 and capable of night shooting • Contractor shall provide lodging facilities to support up to 25 personnel each COI. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H9224019Q2045/listing.html)
 
Place of Performance
Address: Contractor's Facility
Country: US
 
Record
SN05317565-F 20190522/190520230045 (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.