Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
SOLICITATION NOTICE

U -- Direct Action Training Package - Provision / Clauses

Notice Date
2/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Navy, United States Marine Corps, MARSOC Contracting, BLDG 1116, CAMP LEJEUNE, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-15-Q-0056
 
Archive Date
3/12/2015
 
Point of Contact
Monora M. Sung, Phone: 9104400700
 
E-Mail Address
monora.sung@socom.mil
(monora.sung@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Provision & Clauses Addendum Combined Synopsis/Solicitation (Direct Action Training Package) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # H92257-15-Q-0056 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-74, Effective July 1, 2014. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 611519. The small business size standard is $15M. The Federal Supply Classification (FSC) for this order is U099. Evaluation Utilizing Simplified Acquisition Procedure (Feb 2015) The U.S. Government intends to award a Firm Fixed Price purchase order to the successful Quoter of this RFQ. The Government will issue an order resulting from this request for quotation to the responsible Offeror whose quotation is most advantageous to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: (1) Personnel Qualifications. The experience, education, and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties in accordance with Statement of Work. Personnel must possess secret clearance. (2) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract in accordance with Statement of Work. (3) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. (4) Price. (End of Provision) CLIN 0001 - Direct Action Training Package. Reference Statement of Work for more details. STATEMENT OF WORK Ref: (a) NAVMC 3500.97A Marine Special Operations Command T-R Manual 1.0 Background. Marine Corps Forces, Special Operations Command (MARSOC) establishes training standards, regulations, and policies regarding the training of Marines and assigned Navy personnel in the Marine Special Operations Command (MARSOC). Direct Action (DA), and the Command and Control (C2) required to accomplish a direct action mission, accounts for fifteen out of the seventy-two tasks (twenty percent) required to be reported in the Defense Readiness Reporting System. The training and readiness manual provides unit training managers with mission essential tasks in order to devise training to support their competencies as needed. Lastly this provides teams with a focal point for direct action training. 2.0 Scope of Work. Contractor shall provide a comprehensive training package for the MSOT incorporating independent unit provided training and instruction in marksmanship, planning considerations, and conduct of direction actions operations. This includes, but is not limited to: marksmanship with the rifle and pistol, transitioning between primary and alternate weapon, shooting from barricades, closing on targets as a team while using barricades, vehicle hard hits (to include down vehicle drills), two to five man room clearing tactics, defeating hallways and intersections inside the house, and defeating stairwells. Additionally, the training should facilitate the use of explosive, ballistic, and mechanical breaching, the conduct of sensitive site exploitation, and intelligence driven objectives with follow on targets. The training should encompass complex scenarios based on real world threats. The goal will be to conduct direct action at night and culminate with a full mission profile. The contractor shall provide all management, personnel, training facilities, vehicles, materials and equipment required to support this training package that includes instructors, role players, scenario support monitors and training aids as necessary. The POI for direct action training shall be performed in such a manner as to ensure attending students develop a strong capability in direct action for deployments in support of MARSOC's mission. 3.0 Applicable Documents to be provided by Contractor. 3.1 Itemized Training Proposal 3.2 Training Facility Information Pamphlet 3.3 Training Plan Overview (Syllabus) 3.4 Medical Facilities' Locations/ MEDEVAC Plan 3.5 Instructor Background as an Instructor (no names required) 4.0 Curriculum standards by which training will be conducted. Per reference (a) NAVMC 35000.97A Marine Special Operations Command T-R Manual 5.0 Objective / Requirements. The contractor shall provide a three week training package at a private training complex no more than 400 miles from Camp Lejeune, North Carolina that supports and satisfies all requirements of this statement of work. One week of flat range, one week of house work, and culminating week of full mission profiles. Unit requires a single complex that can provide all of the consolidated resources (personnel, materials, facilities, ranges, training areas and ancillary service support) to enhance the individual and collective team level skills of the force being supported. Individual and Team Standard Operating Procedures (SOPs) and TTP will be sustained, refined and validated upon completion of the supported training package. A single contractor provided training complex will be utilized In Order To (IOT) minimize the cost of Transportation of Personnel and Equipment within the designated period of performance parameter and be executed in the manner as prescribed below to maximize the training time the MSOT has available to exercise and accomplish its dynamic, interoperable and time sensitive training objectives for the ten (10) man force conducting their training and being supported by the awarded contractor. 5.1 In accordance with (IAW) reference (a) and unit training objectives, the contractor will provide progressive and practical scenarios satisfying the training related objective requirements as defined below during the conduct of the training package. Scenarios will be developed by the contractor to replicate operating in permissive and non-permissive operational environments. Conditions shall include live fire utilizing the M4 assault rifle and the Colt M-45 pistol, both day and night, as well as role players and simmunitions or Short Range Training Ammunition (SRTA) munitions to include concealed carry scenarios where applicable. Current and historical examples of urban operations shall be the foundation for such scenarios. 5.1.1 Contractor's designed syllabus shall consist of direct action training to enable SOF operators to conduct such operations in non-third world countries. 5.2 Concealed Carry training designed to provide operators with enhanced offensive and defensive close quarter capabilities from within, around and from their or partnered nation vehicles and other small spaces / compartments and meeting rooms while operating in a low profile / low visibility status / environment IOT bolster the survivability characteristics of the force being trained. 5.2.1 Concealed Carry (CC) applications using Colt M45 pistol and M4 assault carbine 5.2.1.1 CC Weapons Safety and Manipulations 5.2.1.2 Drawing from CC Locations 5.2.1.3 Support Side Draws 5.2.1.4 Equip. & Clothing Considerations for CC 5.2.1.5 Holster Selection & Options 5.2.1.6 Location Options for Concealed Carry 5.2.1.7 Single Hand Manipulations for Side Arms 5.2.1.8 Seated Presentation Applications 5.2.1.9 Weapons retention 5.2.1.10 Reloading techniques 5.2.1.11 CC Courses of Fire / Drills on Specialty Ranges and Target Arrays 5.2.1.12 Firing from within and around vehicles 5.2.1.13 Static & Mobile (Mounted) Live Fire On load and Off load Drills 5.2.1.14 Static and Mobile (Mounted) Live Fire Exercises 5.2.1.15 Integrated Scenario Based Fighting Applications (Day & Night) 5.3 One (1) week of full spectrum supported Situational Training Exercises to fully integrate and evaluate the skills acquired / refined / enhanced during the preceding weeks of training. Scenarios will include the use of multiple target / mission sites to include a theater specific MOUT site and role player supported scenarios to closely replicate the operational situations these forces can expect to encounter on assignment in non-third world nations. Scenarios shall be derived from the frequently executed mission profiles that SOF forces have or are experiencing in theater. Emphasis of this culminating phase of the training package is on correct procedural performance and timely, efficient, successful execution of TTPs. Scenarios shall include at a minimum; 5.3.1 Explosive, ballistic, and mechanical breaching (External and internal) 5.3.2 Clearing of a house with all types of threats discussed in paragraph 2.0. 5.3.3 Conduct of Sensitive Site Exploitation to include tactical questioning of a captured enemy and non-combatants. 5.3.4 Intelligence driven follow on targets 6.0 Personnel Requirements. 6.1 Direct Action Training 6.1.1 Contractor shall have an internal evaluation system of both the course curriculum and instructor staff. 6.1.2 All instructors must possess a Secret level or higher Security Clearance, or be in the process of renewing expired clearance. 6.2 Backside Service Support Personnel 6.2.1 Project Manager 6.2.2 Logistics Manager 6.2.3 Facilities Manager 6.2.4 RSOs / Range Communicators 6.2.5 Heavy Equipment Operators 6.2.6 Vetted Role Players with prior experience in the SOF community 6.3 Marksmanship Instruction 6.3.1 Contractor shall provide an instructor to student ratio of at least 2:10 for range instruction and at least 1:10 for classroom instruction. 6.3.2 Advanced Urban Combat Marksmanship Instructors / SMEs to assess, develop, refine and enhance Concealed Carry and Advanced Combat Marksmanship performance levels to ensure demonstrated abilities of attending personnel are capable of progressing to the performance base applications of the follow on skills and scenario related exercises. 6.3.3 Contractor shall provide an instructor to student ratio of 2:10 for Concealed Carry instruction. Concealed Carry SMEs shall have experience within USSOCOM or Special Missions Units in USSOCOM / USASOC / NavSpecWar / DoS as an NCO, SNCO / CPO or Officer with multiple successful tours within a Special Missions / Special Purpose / Protective Services Unit. 6.4 Supporting / Backside Service Support Personnel 6.4.1 Contractor shall also provide all necessary role players/ MEDEVAC plan as required for the training 6.5 Contractor Personnel / Travel. The contractor will make travel reservations for their personnel and will not be reimbursed for travel expenses 7.0 Minimum Contractor Facility Requirements. The awarded contractor's training complex shall possess at a minimum, the below listed Specialty Ranges, Target Arrays, Training Areas and Facilities to fulfill all of the training and logistical requirements of this SOW. The complex shall be within 400 miles to limit the cost of travel to the Government. 7.1 Climate controlled classrooms with necessary multi-media capabilities and training aides, tables, chairs to accommodate up to 10 students 7.2 Medical Facility within reasonable reaction time 7.3 50yd-Range shall be capable of providing individual firing lanes that present a vast array of target choices and behaviors for pistols, carbines and rifles up to 5.56mm 7.4 Minimum of one stand-alone 360o fully ballistic to 5.56mm capable shoot house for live fire or simmunitions scenario work and STX 7.4.1 House shall be quickly reconfigurable to change house layouts in support of rapid house re-configuration cycles to scenarios minimizing down time. To include reconfigurable hallways. 7.4.2 Houses shall possess multiple exterior entry points and interior rooms 7.4.3 Compound shall possess multiple vehicular and personnel ingress / egress points / gates 7.4.4 House shall be able to provide a fully furnished scenario to add realism to the training. 7.4.5 House shall have multiple types of stairwells to add variety to training. 7.4.6 House shall be able to simulate blackout conditions during hours of daylight to eliminate the need for night hours and maximize night time operation training. 7.5 Contactor's facility will be an approved DoD/BATF Class V Receiving Authority. 7.6 Equipment Storage - Secure equipment storage areas for participating team and individual equipment for up to 10 students. 7.7 Contractor's facility shall not have any day/night/weekend noise restrictions due to the type of training to be conducted. 7.8 The contractor's facility will provide a billeting structure on the compound to allow MSOT minimal travel time between billeting area and training area. Billeting must be large enough to house a minimum of 10 students. 7.8.1 Billeting will have adequate shower, restroom and laundry facilities for same number of students within walking distance of the training areas. 7.8.2 Billeting Units will be able to provide internet access. 7.8.3 Billeting unit shall possess a minimum of one television with cable or satellite. 7.8.4 Billeting shall be within walking distance of a gym. 7.9 Contractor's facility will possess a Dining Area large enough to serve a minimum of 10 students within a short walk from the billeting unit. 8.0 Privacy Act. Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act of 1974, Title 5 of the US Code, Section 552a and applicable agency rules and regulations. Additionally, all data and information obtained during the event will NOT be retained and will be appropriately discarded (shredded/deleted) at the conclusion of the event. 9.0 Security. The contractor shall adhere to all DoD security regulations and requirements. 10.0 Incidence. The Contracting Officer reserves the right to require removal of any contractor personnel from the job site who endanger persons or property, or whose continued employment is inconsistent with the interest of military security. They also reserve the right to remove from the job site, any employee found to be under the influence of alcohol, drugs or any other incapacitating agent or any employee involved in the theft of Government property. Removal from site will be at the cost of the contractor. Any incident determined as significant by event controllers will immediately be reported to the senior contractor representative. 11.0 Place of Performance. All training will take place aboard the awarded Contractors training complex / facility no more than 400 miles from Camp Lejeune, North Carolina. 12.0 Period of Performance. 13 Apr 2015- 1 May 2015 13.0 Minimum Contractor Material Requirements. The awarded contractor will provide; 13.1 All Class VIII consumables for scenario support to exercises. Excess supplies bought on contract will be turned over to organization upon completion of training 13.2 Necessary miscellaneous office supplies, as needed to fulfill contract. 13.3 All target materials for all ranges to include stationary reactive steel, paper targets / re-faces, bullet traps and specialty target arrays / systems in compliance with DoD/DoJ safety requirements. 13.4 All training aids (Blue Guns, Training Grenades, etc) 13.5 Role Player Equipment - All necessary clothing, uniforms, safety equipment, weapons and simmunitions to complete the stated training 13.6 Special Effects Shot materials supporting designed realism of aspects of the training package 13.7 All Breaching Medium Support 14.0 Government provided Transportation, Items of Equipment and Materials. 14.1 All arms/weapons systems, optics, communications, electronics and special equipment 14.2 Concealed Carry Holsters and Magazine Pouches per student 14.3 SRTA bolts and / or Simunition (9mm SESAMS) M4 barrel uppers & magazines per student 14.4 Unit issue safety equipment and clothing per student to include the following: Electronic hearing protection, shooting type gloves, eye-protection, mouth guard, basic TCCC type first aid kit, civilian clothing appropriate for the training event, durable footwear, and cover garments 14.5 All Class V Ammunition and Simunitions / SRTA required for live fire ranges and training scenarios 14.6 Transportation of personnel and things to the awarded contractor's training complex to include in and around transportation provisions 15.0 Safety/Clean-up. Training shall be conducted safely utilizing safety procedures for range control, force on force scenarios and all other training operations. Contractor shall also be responsible for all classroom and range clean-up. 16.0 Contractor Deliverables. 16.1 The contractor shall provide a course outline and academic course materials for each student in electronic form upon conclusion of the training package. 16.2 A list of attendees successfully completing the training package. 17.0 Student Meals. The contractor will provide on-site full hot breakfasts, full hot lunches and full hot dinners for the attending students of the force being trained. This includes arrival & departure days. Meals shall be in compliance with the DoD Nutrition Guide and shall supply a balanced diet to maintain essential performance required for the training activities. (End of Statement of Work) The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. PROVISION / CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2014) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2014) FAR 52.212-4 Contract Terms and Conditions Commercial Items (DEC 2014) FAR 52.219-1 ALT 1 Small Business Programs Representations (OCT 2014) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-99 (Dev) Establishing a Minimum Wage for Contractors (Deviation 2014-O0017)(JUN 2014) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7000 Disclosure of Information (AUG 2013) DFARS 252.204-7004 ALT A System for Award Management. (FEB 2014) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991) DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014) PROVISION / CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil FAR 52.212-3 Offeror Representations and Certifications Commercial Items (DEC 2014) Alternate I (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2014) (Reference attachment for applicable clauses) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms (JAN 1991) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) (Reference attachment for full text) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) (Reference attachment for full text) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (2005) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9004 Foreign Persons Section K (2006) SOFARS 5652.252-9000 Notice of Incorporation of Section K (1998) All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://www.sam.gov *** It is very important that all vendors follow all instructions provided below, when quotes are submitted *** Vendors are required to register or update their registration on the System for Award Management website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact SSgt Sung, Monora at 910-440-0700 or 910-440-0774 or Email: monora.sung@socom.mil All questions are due by 1200 (12:00 PM) EST February 17, 2015. Questions shall be directed to SSgt Sung, Monora, Contract Specialist, Email: monora.sung@socom.mil. Questions are requested to be submitted via Email. Answers to all questions received will be posted via amendment to this solicitation no later than 1400 (2:00 PM) EST February 18, 2015. Quotes will be accepted via email only. Late submissions will not be considered. The burden of insuring the Vendors' quote is received by this office, within the stated timeframe, is the responsibility of Vendor. Please submit your quotations via any method listed below: E-mail SSgt Sung, Monora at monora.sung@socom.mil For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Vendors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Vendors are responsible for allowing adequate time for transmission to be completed. The Vendor bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/MARSOC/H92257-15-Q-0056/listing.html)
 
Place of Performance
Address: Reference SOW, United States
 
Record
SN03641932-W 20150214/150212235734-80cdae72a4021c58f847d0683924ae1f (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.