Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2020 SAM #6937
SOURCES SOUGHT

U -- 24 SOW CQB

Notice Date
11/24/2020 12:26:01 PM
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
24 SOW HURLBURT FIELD FL 32544 USA
 
ZIP Code
32544
 
Solicitation Number
H92429-21-Q-0CQB
 
Response Due
12/8/2020 10:00:00 AM
 
Archive Date
12/23/2020
 
Point of Contact
William Lawson, Phone: 8508840732, Jaime M. Collins, Phone: 8508846007
 
E-Mail Address
William.Lawson.12@us.af.mil, jaime.collins.2@us.af.mil
(William.Lawson.12@us.af.mil, jaime.collins.2@us.af.mil)
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a request for quote (RFQ) or a request for proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Government will not pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought synopsis shall be voluntary. This Sources Sought Notice is for Market Research purposes only. The information submitted in response to the Sources Sought Notice will not be utilized to determine vendor standing in any future/potential Request for Quote/Request for Proposal, nor will it be utilized to determine if a vendor is qualified to submit a Request for Quote/Request for Proposal for any future/potential requirement. The notice and the information received shall not be used to determine how well respondents can perform a requirement, which can only be evaluated in response to a solicitation. Vendors will not receive formal notification or feedback on any information submitted in this Sources Sought request. All future/proposed submissions/solicitations requirements solicited on a Government Point of Entry will be evaluated independent of any information submitted in response to this Sources Sought Notice. No vendor will be provided information on solicitations issued on a Government Point of Entry based on this Sources Sought request. This Sources Sought Notice is relative to the NAICS code 611699. The Small Business size standard for this NAICS code is $11,000,000. Large and Small Businesses are invited to answer this market survey to determine market capabilities. Hurlburt Field, FL, is conducting market research to determine the existence of potential sources to provide Close Quarters Battle (CQB) services. The potential requirement will consist of the contractor providing all of the following qualifications/requirements for one of the below listed services: Instructor Qualifications: CQB instructors shall be able to assess, develop, refine and enhance basic performance levels of mechanical breaching, rifle/pistol marksmanship, and CQB to ensure demonstrated abilities of attending personnel are capable of progressing to the performance base applications of those skills. Primary, secondary and tertiary instructors shall have a minimum of 10-years of SOF experience and a graduate of SOCOM accredited course as stated in SOCOM 350-7 in order to ensure relatable experience examples, terms, and training style. All instructors must be highly qualified in breaching, M4 rifle/Glock pistol marksmanship, and CQB. To be considered �highly qualified�, instructors shall possess one or more of the SOCOM 350-7 certifying courses. Instructors must have conducted urban operational profiles during GWOT. All instructors must be able to provide n necessary documents as credentials ie career brief, job history, orders, or retirement summary Opposing Forces (OPFOR):� The contractor shall provide a minimum of 10 personnel who will role-play as opposing forces. These 30 personnel shall be spread across multiple training locations. The personnel shall use blank and simulated ammunition to combat friendly forces, as well as explosive and artillery simulators. Additionally, the personnel shall to be proficient in tactics and weapons handling, as well as follow guidance and scenario development from 24 SOW�planners. Personnel fulfilling opposing forces shall have previous military, law enforcement, or first responder experience to simulate real combat scenarios. Facility Requirements: The awarded contractor�s training locations shall be located within the Continental United States and possess, at a minimum, the below listed specialty ranges, training areas and facilities to fulfill the training and logistical requirements of this PWS: The contractor�s chosen location shall possess restrooms and classrooms on site and must have available lodging options for personnel within 20 miles range of the location. The contractor�s chosen location shall possess a consolidated area for pre-mission gear preparation, gear storage, and mission planning. The contractor�s chosen location shall possess food and drink establishments to purchase daily meals and food and drink for field operations within 20 miles of the location. The contractor�s chosen location shall possess nearby DoD Compliant Arms, Ammunition Storage Rooms, Magazines and Bunkers IAW the DoD 5100.76-M (Physical Security Manual). Gear used will include military sensitive items, military weapons, and military grade explosives . The contactor�s facility shall be an approved DoD/BATF Class V Receiving� Authority. The contractor shall be able to facilitate course of instruction for up to 28 operators or 2x STTs. The contractor facility shall have a compound with standalone, 360o fully ballistic to 5.56mm, interior and exterior explosive (diversionary devices), and mechanical breaching capable shoot house. Shoot house(s) shall possess overhead catwalks for evaluative and observation purposes and be quickly reconfigurable to change house layouts in support of rapid house re-configuration cycles to minimize down time. House(s) shall possess multiple exterior and interior mechanical breaching points. Facility Clearance:� Contractor personnel shall possess a minimum of a SECRET clearance at the start of performance of the contract. Refer to the DD Form 254, Contract Security Classification Specification, for this requirement for security requirements. NOTE: Please submit electronic response indicating capability to supply the aforementioned item(s) via line card or published description (no more than 10 pages) as well as POC (name, telephone # and email address) along with contractor's CAGE, DUNS, and the physical location of your facility to the individuals listed within this notice. All work shall be performed at the contractor's facility. This request may not directly lead to a Request for Quotation/Proposal. Deadline for submission is 1:00 p.m. EST, 8�December 2020. Required Information: Any interested party who can offer all of the above may submit electronic reply addressing each of the above items. Response deadline: 1:00 p.m. EST, 8�December 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6cccc5ead2c64cf182f8f8ae21b6c48d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05860704-F 20201126/201125053822 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.