Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2004 FBO #0843
MODIFICATION

U -- Military Mobile Force Protection Training

Notice Date
3/16/2004
 
Notice Type
Modification
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0014
 
Response Due
3/19/2004
 
Archive Date
4/3/2004
 
Point of Contact
Barbara Bowles, Contracting Officer/Contract Specialist, Phone 910-432-8598, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 001 is issued to answer contractor questions. DUE DATE: THE DATE FOR RECEIPT OF QUOTES IS EXTENDED. Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, 19 March 2004. QUESTION 1. Can the contractor get a copy of the METLs that we will be training the soldiers to? ANSWER 1. The items in the METL that pertain to this training are provided in the solicitation. The solicitation contains sufficient information to prepare a proposal. QUESTION 2. Are there existing ARMY POIs for the course/lessons? ANSWER: There is not a comprehensive POI for each block of instruction required for this course. QUESTION 3. Are the actual class dates confirmed yet? ANSWER 3. As stated in the solicitation; training shall be conducted during the month of May 2004. The contractor shall propose class dates the time frame given. QUESTION 4. The solicitation mentioned that the SF Teams bring their own personal gear and weapons but what about military vehicles required for the training? Will the contractor be required to provide the military vehicles? ANSWER 4. Military vehicles are not required for this training. It is the contractor’s responsibility to provide the off-road vehicles and the ATV required for training. QUESTION 5. Does the $6 M size limitation means the company can not have revenues over $6M? It is not the contract size. ANSWER 5. To be classified as a small business under the NAICS Code provided, revenues must be under $6M. See your local small business representative for additional information. QUESTION 6. The subject solicitation listed several training objectives to be accomplished in a five-day period. Some of the training objectives mentioned cover a wide range of possibilities. The following questions are provided to assist us in developing a five-day curriculum that will best meet your POI requirements. QUESTION 6.a. The training objective stating “less than lethal training”; this could cover anything from pepper spray and baton training to 40mm less lethal munitions. What would be the less lethal weapon for this training? ANSWER 6.a. Baton training specifically, but pepper spray, taser, or 40mm less than lethal munitions would be beneficial. QUESTION 6.b. During the off road driving / limited visibility training will the student be utilizing a government furnished organic vehicle such as the Hummer or is the contractor required to provide the off road vehicle? ANSWER 6.b. The contractor shall provide off-road vehicles (SUVs and ATVs). QUESTION 6.c. Will the student have night vision devices for the limited visibility driving or are the night vision devices contractor furnished? ANSWER 6.c. Night Visions Goggles will be provided by the Government for each student. QUESTION 6.d. Can you define the training objectives for counter force offense driving expected for this solicitation? ANSWER 6.d. At a minimum, students shall be trained in the required tactical driving skills that will allow them to counter an attacker attempting to ram their vehicle or run their vehicle off the road. Students shall learn to regain control of their vehicle and drive away from the attacker unharmed. QUESTION 6.e. What type of vehicle will be used for the ATV training? ANSWER 6.e. Four-Wheeled all terrain vehicle. QUESTION 7. Regarding Solicitation # H92239-04-T-0014, if we were to suggest using a facility in the Laughlin, NV/Bullhead City, AZ area, would you be able to provide accommodations for your training participants there, or should that be included in the quotation price? The Las Vegas airport is approximately 100 miles from this location, and there is an Air National Guard location nearby. In any case, are travel, accommodations and meal expenses for training participants to be included in our price? ANSWER 7. The government will be provide travel, accommodations and meal expenses for government training participants. Recommendations for lodging in the training area will be of great assistance. QUESTION 8. Has this training, or other training, been accomplished by subcontractors (i.e. awarded via solicitation) in the past? If so, have the U.S. Special Operations Command personnel traveled outside of North Carolina in order to achieve training? Would travel to the southwestern United States be seen as an undue hardship for this training? ANSWER 8. Similar training has been conducted outside of North Carolina. The proposed location will be evaluated and the cost to the Government for travel will be considered in the best value determination. QUESTION 9. Will the students be bringing their own weapons, helmets, body armor, ammunition (inc. Simunition), NOD's, explosives. ANSWER 9. The Government will provide organic equipment (M4/M9/body armor, Advanced Combat Helmet, and NVGs). However, it is the contractor’s responsibility to provide all ammunition/simunitions/pyrotechnics required to conduct the training. QUESTION 10. Is there any specific vehicle and ATV type required. We would normally use full size cars, trucks and full size 4 wd ATV's. ANSWER 10. As stated in 6.b. The contractor shall provide off-road vehicles (SUVs) and four-wheeled all terrain vehicles (ATVs). QUESTION 11. Is training also required in a right hand car? ANSWER 11. A right had car would be beneficial, but if unavailable, the procedures should still be explained in that block of instruction. SOLICITATION - The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Mobile Force Protection training necessary to accomplish Mission Essential Task Lists (METL) and certification requirements in preparation for future combat deployments in support of the Global War on Terrorism. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-04-T-0014. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-20. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611699. Size Standard is $6M. This requirement is 100% set aside for small business. REQUIREMENT: The contractor shall provide all materials, facilities, labor, and supervision necessary to conduct two separate classes of 24 personnel each (total 48 personnel trained) in Military Mobile Force Protection. The Military Mobile Force Protection Program of Instruction (POI) shall include the following training: Surveillance Detection Skills; Vehicle-Borne Improvised Explosive Devices (VBIED) training; Individual Force Protection Measures; Off-Road Driving/Limited Visibility Driving; All Terrain Vehicle (ATV) training; Evasive Driving Skills; Counter Force Offensive Driving and Ramming tactics; Mounted Counter Ambush Drills; Dead Man Takeover exercises and Wounded Teammate drills; Less than Lethal Weapons training; Terminal Ballistic effects during vehicle ambushes; Field Expedient Bulletproofing; and Live Fire Vehicle Counter Ambush Drills. Training shall be designed to improve each operator’s ability to survive and counter mounted/vehicular ambushes and improvised explosive devices. The POI must be able to be taught and completed within a five-day period and shall allow the unit to use its organic individual weapons and equipment (i.e. M4, M9, Level III Body Armor/Vest, and Ballistic Helmet) during the drills and live fire exercises. Drills requiring the use of the M4 or M9 shall allow for both ball ammunition and simmunitions to be utilized. CLASS SIZE: Training shall be provided for 24 students per class. NUMBER OF CLASSES: Two. PERIOD OF PERFORMANCE: Training shall be conducted during the month of May 2004. LOCATION OF TRAINING: Training shall be conducted at a contractor-provided off-site training facility. The contractor shall propose and provide a suitable and safe location for the training. Training location and specifics shall be included in the contractor’s proposal. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: (Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required program schedule, and (2) documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting bidder shall demonstrate recent experience in the requested training and shall provide past performance information. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. Technical acceptability will be determined by the government during technical review. Contractor’s proposal shall include a detailed POI. To be considered for award, the contractor shall be have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccc.gov ). 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35; 52.219-6 Notice of Total Small Business Set-Aside; 52.204-7004, Central Contractor Registration. Additionally, DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, 18 March 2004. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bowlesb@soc.mil, however, it is the contractor’s responsibility to ensure that e-mail submissions are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer’s address provided no later than 11 March 2004. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Barbara Bowles, Contract Specialist at (910) 432-8598, e-mail bowlesb@soc.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-04-T-0014/listing.html)
 
Place of Performance
Address: HQ USASOC, FORT BRAGG, NC
Zip Code: 28310
Country: USA
 
Record
SN00547358-F 20040318/040317085611 (fbodaily.com)
 
Source
FedBizOpps.gov 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.