SOLICITATION NOTICE
U -- MASTER BREACHER COURSE for 8 personnel
- Notice Date
- 1/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M8A72850400
- Archive Date
- 2/7/2018
- Point of Contact
- William T. Brown, Phone: 8014324273, Dallas Ray Workman, Phone: 8014324607
- E-Mail Address
-
william.t.brown68.civ@mail.mil, dallas.r.workman.civ@mail.mil
(william.t.brown68.civ@mail.mil, dallas.r.workman.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION: W90M8A72850400 AGENCY/OFFICE: Utah National Guard/USPFO PERIOD OF PERFORMANCE: 8 or 9 February 2018 to 15 or 16 February 2018 SUBJECT: Master Breacher course for 8 personnel RESPONSE DUE DATE: 12:00 PM MST 23 January 2018 CONTRACTING POC: William (Billy) T. Brown IIIEmail: William.t.brown68.civ@mail.milPhone: 8014324273 DESCRIPTION : The Utah National Guard has a requirement that will be filled under combined synopsis/solicitation W90M8A72850400 and is being issued for Request for Quotations (RFQ). This procurement is being solicited under NAICS code 611699, All Other Miscellaneous Schools and Instruction, which has a size standard of $11,000,000.00. This award should be able to be filled by a single vendor. The government is soliciting a requirement for a Breacher Course for 8 personnel/instructors for 8 days. Statement of Work includes: STATEMENT OF WORK MASTER BREACHER COURSE February 2018: Introduction/Background: The Military Master Breacher Course should be a challenging program that incorporates advanced methods of explosive, ballistic, thermal and mechanical entry techniques; building on students prior knowledge as 18C's and SFAUC cadre. This course should be classroom and real world scenario based using the most current up to date TTP's and SOP's coming from the most qualified instructors. This course should provide the students with a qualification as Master Breacher having the student leave as the subject matter expert for 19th SFG. Scope of Work: Training compound and environment should provide easy access to all training areas. All demolitions and breaching equipment MUST be provided by the contracting agency. The course must include the following in the POI. 1.Mechanical, Thermal, Ballistic, explosive breaching intro 2.Equipment and gear set-up 3.Charge construction 4.Attacking different types of structures (walls, doors, roofs, fences, windows) 5.Shotgun breaching 6.Power tool breaching 7.Fast rope procedures 8.Hasty, deliberate assaults 9.Charge calculations (N.E.W.) 10.Breach planning/report preparation 11.Assault procedures (radio, commands) 12.Scenario training 13.FTX POI should be 8 days long 8-10 hrs per day with both day and night time training. About 65 hours of training in total. Period of Performance: Course must run 8 days starting either February 8th or 9th and running until February 15th or 16th. Work Requirements: Contractors must provide any Range Safety Officers and OIC's for their ranges and class rooms. Must provide ranges, class rooms, bathrooms and any maintenance required for the ranges during the course. They will provide all bathroom toiletries (i.e. toilet paper, paper towels, and garbage sacks). Facilities must be available during hours of darkness. Schedule/Milestones: Ranges and classrooms must be available starting at 0800 on either February 8th or 9th. Acceptance of POI and approval should be approved NLT 22 January IOT to adequately prepare 19th SFG soldiers administratively for the course. Acceptance Criteria: The 19th SFG will accept all deliverables through rental and use of the facility. A signed contract between the parties with a clearly defined SOW shall serve as the guarantee between parties. Expendable materials should be provided by contracting agency and all deliverables should be on hand at the training site. Contract with the facility and subsequent use indicates delivery and acceptance of the product. The 19th SFG(A) is the authorized agent to accept the work. COR Nomination: The 19th SFG(A) nominates SFC Brian Sudler of the Advanced Skills Company to serve as COR. Other Requirements: At minimum a secret clearance requirement is needed. The training conducted should be classified and no parties outside of staff will be allowed to observe, monitor or partake in training. CONTRACT TYPE/EVALUATION CRITERIA: The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Best Value Tradeoffs. A Best Value quote is one that meets all the technical aspects of this requirement while providing the best value to the government, IAW FAR 15.101-1. Tradeoff factors that will be considered include: technical, price, and past performance, in that order of importance. Technical will be rated significantly more important than price. Price will be rated less important than past performance. For quotes to be considered technically acceptable, vendors must be able to demonstrate they can meet or exceed the technical requirements in the Statement of Work (SOW). SAM REGISTRATION: All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. Offers may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your quote being disqualified from consideration. QUOTES: Please provide your quote submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 12:00 pm (Mountain) 23 January 2018. All submissions should be sent via email to: william.t.brown68.civ@mail.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. CLAUSES : The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ Primary Point of Contact: William (Billy) T. Brown william.t.brown68.civ@mail.mil Phone: 8014324273 Contracting Office Address: 12953 South Minuteman Drive Draper, Utah 84020-2000
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8A72850400/listing.html)
- Record
- SN04790025-W 20180118/180116230914-aee38fbb78639255e6e4470222f7238a (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 |