SOLICITATION NOTICE
U -- Mobile Force Protection Training
- Notice Date
- 12/8/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-09-T-0004
- Response Due
- 12/18/2008
- Archive Date
- 2/16/2009
- Point of Contact
- Marie Tornai, 719-554-8446<br />
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATIONMobile Force Protection Training. The US Army SMDC, Peterson AFB, CO, has a requirement for Mobile Force Protection training in accordance with the Statement of Work herein. 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 W91260-09-T-0004. Solicitation document and incorporated provisions and clauses are in effect through FAC 2005-29. It is the Contractors 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 Code (NAICS) is 611699. Size Standard is $7M. This requirement is 100% set aside for small business. REQUIREMENT: 1. Scope. The Contractor shall provide all services and supplies necessary to provide Antiterrorism/Mobile Force Protection Training. 2. Tasks. a. Course Description: A 6-day Antiterrorism/Mobile Force Protection course with training focused on enhancing the survivability of the operator while engaged in Special Forces operations in both urban and rural environments. The Government anticipates a course that will consist of 10% classroom and 90% practical exercise. b. Course Objectives: At the completion of the course, each student will have the requisite skills as indicated below: 1. Surveillance Detection Skills: Understand how terrorists plan and do target analysis; how terrorists conduct surveillance; what new technology can help detect surveillance; how to use daily logs and detection matrixes. 2. Route Planning: Determine fast, safe and dependable routes to include alternate routes, choke points and danger areas. 3. Individual Protective Measures: Determine vulnerabilities in movement by all modes of ground transportation. 4. Basic and Intermediate Off Road Driving: Provide hands-on experience using SUVs, HUMMVs in off-road, cross-country environments including terrain assessment; preserving the vehicle; recovery and self-recovery in various situations. 5. Evasive Driving Skills: Collision avoidance; decision making drills, braking techniques, and skid control maneuvers. 6. Counter Force-Off Tactics: Prevent attacker from running vehicle off the road. 7. Ramming Techniques: Technique to counter roadblocks, and illegal checkpoints. 8. Counter Ambush Drills: Cover scenarios (Traditional, Snap, IVCP) vehicular break contact Immediate Action Drills (IADs). 9. Dead Man Takeover Drills: Vehicle recovery with driver incapacitated. 10. Wounded Teammate Drills: Utilizing 180 lb life-size dummy evacuate a vehicle to covered positions. 11. Less-than-lethal-Weapons: Other methods of dangerous situation avoidance where deadly force may not be appropriate such as breaking contact from hostile crowd during civil-military operations. 12. Field Expedient Bulletproofing: Methods of hardening your vehicle while deployed OCONUS. 13. Using a Vehicle for cover: Locations on the vehicle for maximum protection. 14. Static and Moving Vehicle Counter Ambush Drills: Utilizing live ammunition conducting necessary maneuvers while experiencing real world effects of firing from inside a vehicle. 15. Force on Force Counter Ambush Tactics: Reinforcing the tactics and techniques while in a paintball force on force scenario. 16. Live fire scenarios while in moving vehicles: reinforcing the tactics and techniques needed while moving and escaping potentially hazardous situations. 17. Advanced marksmanship shooting: To refresh and standardize teams. 3. DELIVERABLES: A. QUANTITY. Provide total of 46 slots in the prescribe courses as indicated above. B. SCHEDULE. The Government requires that the training be executed during the following time frames (a total of 46 slots required): February 1-6, 20094 Slots February 8-13, 20095 Slots February 15-20, 20095 Slots February 22-27, 20095 Slots March 1-6, 20095 Slots April 26-May 1, 20094 Slots May 17-22, 20094 Slots June 14-19, 20094 Slots July 19-24, 20094 Slots August 16-21, 20094 Slots September 20-25, 20092 Slots C. PRICE. Price proposal shall include lodging and three meals per day. D. RECOMMENDED CONTRACTOR FURNISHED EQUIPMENT. Contractor shall provide equipment for the number of students in each class. The government suggested listing of equipment includes but is not limited to: Student handouts and all other training material, equipment and devices; HMMWV,SUVs, training vehicles (full size sedans), ramming vehicles; Fuel/tires & all consumables; Training ammunition (5.56, 9mm, and.45 live ammunition, Gen-III 5.56 & 9mm Simunitions, and High Performance Paint-marker rounds), lethal and non-lethal weaponry and simulation apparatus (M-4,M-9, T-98, A-5), smoke grenades, flash bangs, RPG Simulators, and CAT- 1Tourniquets. Peripheral training aids consumed or destroyed in training to include targets, windshields, windows, doors, vehicle parts, etc. 4. 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 contractors proposal. The proposed location will be evaluated and the cost to the Government for travel will be considered in the best value determination. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business firm that believe they can provide the required service must respond no later than 18 Dec 08, 1:00 PM, Mountain Time. Award is anticipated no later than 26 Dec 08. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation Commercial Items. FAR clause 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans of Vietnam Era, 52.225-3, Buy American Act Supplies, 52.225-9, Buy American Act Trade Agreements Act Balance of Payments Program, 52.225-21, Buy American Act-North America Free Trade Agreement Implementation Act Balance of Payments Program, and FAR clause 52.222-41, Service Contract Act of 1965. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. EVALUATION AND AWARD: Award will be made to the responsive, responsible offeror whose proposal 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 capability (2) price, and (3) past performance. Technical capability is defined, in order of priority as (1) contractors ability to meet or exceed the requirement, and (2) documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting offeror shall demonstrate recent and relevant experience in the requested training and provide past performance information. Contractors shall also include in their proposal a description of learning objectives, instructor to student ratios, method of instruction, and their safety record for the last 2 years to include their Safety Plan with a description of Medical Evacuation procedures for injured students. A best value award will be made to the bidder submitting an offer to be most advantageous to the Government. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (Marie Tornai), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 1:00 PM (Mountain Time) on 18 Dec 08. The point of contact for all information regarding this acquisition is Marie Tornai at (719) 554-8446, fax (719) 554-8442 or at e-mail: marie.tornai@smdc-cs.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f69dc701a635477660a94a143f964f5&tab=core&_cview=1)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
- Zip Code: 80914-4914<br />
- Zip Code: 80914-4914<br />
- Record
- SN01715553-W 20081210/081208220740-8f69dc701a635477660a94a143f964f5 (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 |