Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2006 FBO #1809
SOLICITATION NOTICE

99 -- MASTER BREACHING TRAINING

Notice Date
11/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Quadalcanal Road, B#165 USNAB Coronado, San Diego, CA, 92155-5538, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-R482546303G017
 
Response Due
12/22/2006
 
Archive Date
1/6/2007
 
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 12.6 as supplemented with additional information include in this nThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information include in this notice. This announcment constitutes the only solcitation. Quotes are being requested and a written solicitation will not be issued. This acquisition is being conducted with commercial procedures as outlined in FAR 12 reference number R482546303G017 is issued as a request for quotation (RFQ). The resulting contract will be a firmed fix price. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-8. Note #1 applies. SIC 8249, NAICS 611430, F.O.B. Destination. All responsible businesses may submit a quote that shall be considered. All inquires and or quotations should be directed to Joe Annandono NSWG-1, 619-437-2715, FAX: 619-437-3547. Submit via E-mail to: annandonoj@nswg1.navy.mil. The closing date is Nov 27, 2006. The closing time is 1:00 pm Pacific Standard Time. Technical point of contact POC is, LT Taiwan Holmes @ 619-437-3339, e-mail address: holmest@nswg1.navy.mil. All potential offerors must be Central Contractor Registered (CCR). Anticipated contract period: The 12-23 of February, 2007. All classes must be scheduled and completed within this time frame.Offerors must submit a schedule of classes with their quote that is within the above time frame. Offerors must provide all course and training material. The materials provided for conducting the course and the material provide to the students must be permanently to the students. Responses must include a list of all course and training material. Offerors will provide a classroom with HVAC suitable for twelve (12) students. The aim of this courseis to train military special operation forces in all facets of breaching from basic to advanced. Operators will learn the skills necessary to perform breaching techniques in support of Special Operations. In accordance with FAR 52.212-2 Evaluation- Commercial Items (Jan 1999) award will be made based on technical capability, past performance and price. These evaluation factors have equal importaqnce. For past performance evals, please provide at least three (3) references of sources that you have provided specified materials and or service (s). Description: Basic through Master Breacher Skill sets for 12 Breachers: 1. Ballistic Breaching (Rem 870), 2. Mechanical Breaching (Rescue saw/chainsaw), 3. Thermal Breaching (Broco torch system), 4. Explosive Breaching to include door, window and wall/roof charges to include the use of entry frames (tees/ostc/gryphon), 5. Armored Vehicle Breaching, 6. Advanced calculation & placement (explosive charges). 7. Breach point procedures (deliberate/hasty). 8. Advanced exterior/interior charges. 9. Multi-team/ Multi-Breach point. 10. Advanced wall Breaching (concrete/bvrick/reinforced block, hollow block/internal, drywall. 11. Availabilty of Urban structures for explosive breaching. 12. final exercises to take place in a Urban setting on actual structures to include interior/exterior breaching through doors, windows walls and roofs. List of products and services deliverable by vendor: 1. Ten day of instruction 2. 2-min, concrete block Breacher training houses w/8 min entry points each. Houses must be capable of external/internal door, window and wall entry charges. 3. Multi-door/bay breacher training facades to support mechanical, thermal, and ballistic breaching 4. Climate controlled classroom 5. Explosive charge preparation area 6. Mechanical, thermal and ballistic breaching apparatus. 7. Explosive handlers range 8. All mission essential gear provided by the vendor 9. USSOCOM/NAVSOC approved drop zone capable of supporting military freefall/static line operations This acquisition incorporates the following FAR Clauses: 52-212-1 Instruction to offerors, Commercial items (Jan 2006). 52.212-3 Offeror representations and certifications-commercial items (Jan 2004). 52.212-4 Contract term and condition-commercial items (Sept 2004). 52.212-5 Contract terms and conditions required to implement statues or executive orders- commercial items (Jan 2006). The following clauses are incorporated by refernce: 52.222-6 Equal Opportunity (Apr 2002) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans. Veterans of the Vietnam Era and other eligibleVeterans (Dec 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for workers with disabilities (Jan 1998) (29 U.S.C. 793) DFARS 252.12-7000 offeror representations and certification commercial items (Jun 2005) DFARS 252.212-7001 contract terms and conditions required to implement statues or executive orders. Applicable to defense acquisition of commercial items (Jul 2002) DFARS 252.212-7004 Alternate A required Central Contractor Registration (CCR) (Nov 2003) otice. This announcment constitutes the only solcitation. Quotes are being requested and a written solicitation will not be issued. This acquisition is being conducted with commercial procedures as outlined in FAR 12 reference number R482546303G017 is issued as a request for quotation (RFQ). The resulting contract will be a firmed fix price. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-8. Note #1 applies. SIC 8249, NAICS 611430, F.O.B. Destination. All responsible businesses may submit a quote that shall be considered. All inquires and or quotations should be directed to Joe Annandono NSWG-1, 619-437-2715, FAX: 619-437-3547. Submit via E-mail to: annandonoj@nswg1.navy.mil. The closing date is Nov 27, 2006. The closing time is 1:00 pm Pacific Standard Time. Technical point of contact POC is, LT Taiwan Holmes @ 619-437-3339, e-mail address: holmest@nswg1.navy.mil. All potential offerors must be Central Contractor Registered (CCR). Anticipated contract period: The 12-23 of February, 2007. All classes must be scheduled and completed within this time frame.Offerors must submit a schedule of classes with their quote that is within the above time frame. Offerors must provide all course and training material. The materials provided for conducting the course and the material provide to the students must be permanently to the students. Responses must include a list of all course and training material. Offerors will provide a classroom with HVAC suitable for twelve (12) students. The aim of this courseis to train military special operation forces in all facets of breaching from basic to advanced. Operators will learn the skills necessary to perform breaching techniques in support of Special Operations. In accordance with FAR 52.212-2 Evaluation- Commercial Items (Jan 1999) award will be made based on technical capability, past performance and price. These evaluation factors have equal importaqnce. For past performance evals, please provide at least three (3) references of sources that you have provided specified materials and or service (s). Description: Basic through Master Breacher Skill sets for 12 Breachers: 1. Ballistic Breaching (Rem 870), 2. Mechanical Breaching (Rescue saw/chainsaw), 3. Thermal Breaching (Broco torch system), 4. Explosive Breaching to include door, window and wall/roof charges to include the use of entry frames (tees/ostc/gryphon), 5. Armored Vehicle Breaching, 6. Advanced calculation & placement (explosive charges). 7. Breach point procedures (deliberate/hasty). 8. Advanced exterior/interior charges. 9. Multi-team/ Multi-Breach point. 10. Advanced wall Breaching (concrete/bvrick/reinforced block, hollow block/internal, drywall. 11. Availabilty of Urban structures for explosive breaching. 12. final exercises to take place in a Urban setting on actual structures to include interior/exterior breaching through doors, windows walls and roofs. List of products and services deliverable by vendor: 1. Ten day of instruction 2. 2-min, concrete block Breacher training houses w/8 min entry points each. Houses must be capable of external/internal door, window and wall entry charges. 3. Multi-door/bay breacher training facades to support mechanical, thermal, and ballistic breaching 4. Climate controlled classroom 5. Explosive charge preparation area 6. Mechanical, thermal and ballistic breaching apparatus. 7. Explosive handlers range 8. All mission essential gear provided by the vendor 9. USSOCOM/NAVSOC approved drop zone capable of supporting military freefall/static line operations This acquisition incorporates the following FAR Clauses: 52-212-1 Instruction to offerors, Commercial items (Jan 2006). 52.212-3 Offeror representations and certifications-commercial items (Jan 2004). 52.212-4 Contract term and condition-commercial items (Sept 2004). 52.212-5 Contract terms and conditions required to implement statues or executive orders- commercial items (Jan 2006). The following clauses are incorporated by refernce: 52.222-6 Equal Opportunity (Apr 2002) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans. Veterans of the Vietnam Era and other eligibleVeterans (Dec 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for workers with disabilities (Jan 1998) (29 U.S.C. 793) DFARS 252.12-7000 offeror representations and certification commercial items (Jun 2005) DFARS 252.212-7001 contract terms and conditions required to implement statues or executive orders. Applicable to defense acquisition of commercial items (Jul 2002) DFARS 252.212-7004 Alternate A required Central Contractor Registration (CCR) (Nov 2003) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information include in this notice. This announcment constitutes the only solcitation. Quotes are being requested and a written solicitation will not be issued. This acquisition is being conducted with commercial procedures as outlined in FAR 12 reference number R482546303G017 is issued as a request for quotation (RFQ). The resulting contract will be a firmed fix price. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-8. Note #1 applies. SIC 8249, NAICS 611430, F.O.B. Destination. All responsible businesses may submit a quote that shall be considered. All inquires and or quotations should be directed to Joe Annandono NSWG-1, 619-437-2715, FAX: 619-437-3547. Submit via E-mail to: annandonoj@nswg1.navy.mil. The closing date is Nov 27, 2006. The closing time is 1:00 pm Pacific Standard Time. Technical point of contact POC is, LT Taiwan Holmes @ 619-437-3339, e-mail address: holmest@nswg1.navy.mil. All potential offerors must be Central Contractor Registered (CCR). Anticipated contract period: The 12-23 of February, 2007. All classes must be scheduled and completed within this time frame.Offerors must submit a schedule of classes with their quote that is within the above time frame. Offerors must provide all course and training material. The materials provided for conducting the course and the material provide to the students must be permanently to the students. Responses must include a list of all course and training material. Offerors will provide a classroom with HVAC suitable for twelve (12) students. The aim of this courseis to train military special operation forces in all facets of breaching from basic to advanced. Operators will learn the skills necessary to perform breaching techniques in support of Special Operations. In accordance with FAR 52.212-2 Evaluation- Commercial Items (Jan 1999) award will be made based on technical capability, past performance and price. These evaluation factors have equal importaqnce. For past performance evals, please provide at least three (3) references of sources that you have provided specified materials and or service (s). Description: Basic through Master Breacher Skill sets for 12 Breachers: 1. Ballistic Breaching (Rem 870), 2. Mechanical Breaching (Rescue saw/chainsaw), 3. Thermal Breaching (Broco torch system), 4. Explosive Breaching to include door, window and wall/roof charges to include the use of entry frames (tees/ostc/gryphon), 5. Armored Vehicle Breaching, 6. Advanced calculation & placement (explosive charges). 7. Breach point procedures (deliberate/hasty). 8. Advanced exterior/interior charges. 9. Multi-team/ Multi-Breach point. 10. Advanced wall Breaching (concrete/bvrick/reinforced block, hollow block/internal, drywall. 11. Availabilty of Urban structures for explosive breaching. 12. final exercises to take place in a Urban setting on actual structures to include interior/exterior breaching through doors, windows walls and roofs. List of products and services deliverable by vendor: 1. Ten day of instruction 2. 2-min, concrete block Breacher training houses w/8 min entry points each. Houses must be capable of external/internal door, window and wall entry charges. 3. Multi-door/bay breacher training facades to support mechanical, thermal, and ballistic breaching 4. Climate controlled classroom 5. Explosive charge preparation area 6. Mechanical, thermal and ballistic breaching apparatus. 7. Explosive handlers range 8. All mission essential gear provided by the vendor 9. USSOCOM/NAVSOC approved drop zone capable of supporting military freefall/static line operations This acquisition incorporates the following FAR Clauses: 52-212-1 Instruction to offerors, Commercial items (Jan 2006). 52.212-3 Offeror representations and certifications-commercial items (Jan 2004). 52.212-4 Contract term and condition-commercial items (Sept 2004). 52.212-5 Contract terms and conditions required to implement statues or executive orders- commercial items (Jan 2006). The following clauses are incorporated by refernce: 52.222-6 Equal Opportunity (Apr 2002) 52.222-26 Equal Opportunity (E.O. 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans. Veterans of the Vietnam Era and other eligibleVeterans (Dec 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for workers with disabilities (Jan 1998) (29 U.S.C. 793) DFARS 252.12-7000 offeror representations and certification commercial items (Jun 2005) DFARS 252.212-7001 contract terms and conditions required to implement statues or executive orders. Applicable to defense acquisition of commercial items (Jul 2002) DFARS 252.212-7004 Alternate A required Central Contractor Registration (CCR) (Nov 2003)
 
Place of Performance
Address: NAVAL SPECIAL WARFARE GROUP ONE, 3632 GUADALCANAL ROAD B-165 WEST END, SAN DIEGO, CA 92155
Zip Code: 92155
Country: UNITED STATES
 
Record
SN01177737-W 20061109/061107221302 (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.