Federal Bid

Last Updated on 28 Feb 2012 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

COMBATIVES-WESTERN BOXING

Solicitation ID H92244-12-T-0081
Posted Date 01 Feb 2012 at 2 PM
Archive Date 28 Feb 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Naval Spec Warfare Development Grp
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0081. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective 3 January 2012. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $7.0 million applies to this procurement. This procurement is set-aside 100% for Small Businesses. The DPAS rating for this procurement is DO-S10.

Section B - Supplies or Services
The Contractor shall provide combative training various days of the week in accordance with the statement of work. Period of Performance is 19 February 2012 through 30 September 2012.
Contract Line Item Number (CLIN) 0001 Group Lessons at NSWDG. Contractor shall provide at least one (1) instructor at NSWDG in accordance with the statement of work identified in Section C up to thirty (30) students. Period of Performance is 19 February 2012 through 30 September 2012. QUANTITY 33 HOURS
CLIN 0002 Group Lessons at Contractor's Facility. NSWDG members may attend regularly attended sessions at the contractor facility up to 30 students. Period of Performance is 19 February 2012 through 30 September 2012. QUANTITY 200 HOURS
CLIN 0003 Private Group Lessons. NSWDG members may attend private sessions at the Contractor facility. Up to 15 individuals may attend per private session. Private session training will be arranged when needed through the command combative training point of contact. Period of Performance is Period of Performance is 19 February 2012 through 30 September 2012. QUANTITY 37 HOURS
CLIN 0004 Private Individual Lessons. NSWDG members may attend private sessions at the Contractor facility. Private session training will be arranged when needed through the command combative training point of contact. 19 February 2012 through 30 September 2012. QUANTITY 37 HOURS
OPTIONAL CLINs
OPTION CLIN 1001 Group Lessons at NSWDG. Contractor shall provide at least one (1) instructor at NSWDG in accordance with the statement of work identified in Section C up to thirty (30) students. Period of Performance is 1 October 2012 through 30 September 2013. QUANTITY 66 HOURS
OPTION CLIN 1002 Group Lessons at Contractor's Facility. NSWDG members may attend regularly attended sessions at the contractor facility up to 30 students. Period of Performance is 1 October 2012 through 30 September 2013. QUANTITY 400 HOURS
OPTION CLIN 1003 Private Group Lessons. NSWDG members may attend private sessions at the Contractor facility. Up to 15 individuals may attend per private session. Private session training will be arranged when needed through the command combative training point of contact. Period of Performance is Period of Performance is 1 October 2012 through 30 September 2013. QUANTITY 75 HOURS
CLIN 1004 Private Individual Lessons. NSWDG members may attend private sessions at the Contractor facility. Private session training will be arranged when needed through the command combative training point of contact. 1 October 2012 through 30 September 2013. QUANTITY 75 HOURS
Section C - Specifications

1. SCOPE: Naval Special Warfare Development Group (NSWDG) personnel conduct advanced research and development of tactics for use by Naval Special Warfare Forces. In order to successfully conduct this mission, they must be trained and prepared to conduct a diverse range of combat skills. This Statement of Work (SOW) defines the efforts required to provide practical, sustainment training in an advanced armed/unarmed combat course of instruction to personnel attached to NSWDG. Course instruction shall include all aspects of military combatives, shall be operationally focused, and shall be conducted with and without full kit using NSWDG crawl, walk, run combative training methodology. Techniques shall comply with NSWDG standard operating procedures, rules of engagement, use-of-force continuum, and deadly force restrictions and guidelines. Course of instruction shall incorporate the tactical employment of Combatives techniques while teaching students how to adapt to different scenarios and specific needs.

1.1 BACKGROUND: The objective of this training schedule is to provide realistic, practical training to NSWDG personnel that will be sustained over time. This contract will be executed by session requirement; the frequency of occurrence will be scheduled through the Technical Command Point of Contact.

2. TECHNICAL COMMAND POINT OF CONTACT: The designated technical representative is to be completed upon award of the contract who can be reached at TBD or email to TBD.

3. CONTRACTUAL COMMAND POINT OF CONTACT: The Contract Specialist is Danyiele F. Peterson who can be reached at (757) 893-2713 or email to [email protected].

4. REQUIREMENTS: The on-site training shall take place on a weekly basis from Monday through Friday, as required, during the period of performance of the contract. Training identified in CLINs 0001 and 0002 and their corresponding option CLINs will occur a minimum of two hours per month. Training identified in CLINs 0003 and 0004, and their corresponding option CLINs will occur on an as needed basis and be scheduled in coordination with the Government technical point-of-contact and contractor point of contact.The number of students per course of instruction occurring at the NSWDG command shall be no more than thirty (30) students. Instruction shall include, at a minimum, the following fighting techniques:

• Close quarter striking techniques to include punches, parries (blocks) and counterstrikes.
• Sound training techniques to include focus mitt and bag training.
• Advanced application to include boxing combinations, foot work and balance and self-defense.

5. SPECIFICATIONS
• Combative training shall include close quarter striking techniques, close quarter hand to hand combat fighting, and defensive counter strike techniques.

• Combative training shall provide techniques and procedures based on current and real world scenarios.

• Combat training shall work effectively with NSWDG-provided equipment (i.e., head gear and boxing ring) and shall be applicable in confined spaces or shipboard environment. Government furnished Special Operations Forces (SOF) related Personal Protection Equipment and weapons will be implemented during training, as well.

• At the conclusion of each course of instruction, the student experience and practical levels of capabilities will be increased in the following areas to the greatest extent possible under the time provided: foot work, balance, blocks, punches, counter punches, and clinch work, offensive and defensive boxing techniques, and multiple opponent strategies. Initial student experience will vary from three (3) to fifteen (15) years of related training.

• Facility

o Contractor shall provide a local, no more than fifty (50) miles from the NSWDG location, combative facilityequipped consistent with above specified disciplines. Equipment includes, but is not limited to, bags, mats, head gear, and boxing ring areas. Facility shall be capable of accommodating up to thirty (30) individuals to facilitate training.


6. INSTRUCTOR AND CONTRACTOR QUALIFICATIONS:

a. Instructor (s) shall have the following western boxing experience and qualifications.

• COMPETITION: Instructor(s) shall be nationally or internationally recognized at world level competitions such as the Junior Olympics, the International Military Sports Council, and the National USA boxing golden gloves.

• TACTICAL APPLICATION: Instructor(s) shall possess an established background in employing and incorporating Western Boxing techniques into tactical military scenarios to include, but not limited to, Close Quarter Battle (CQB), Military Operations on Urban Terrain (MOUT), and Visit, Board, Search and Seizure (VBSS). Instructor(s) shall have verifiable experience training various military groups.

b. Primary Instructor shall have a minimum of five (5) years of SOF experience; minimum 10 years experience in teaching beginner through advanced students; recognition nationally and militarily as a boxing expert.

c. Contractor shall have prior experience in the development and delivery of a combative skills course to Special Operations Forces (SOF).


7. PLACE OF PERFORMANCE: NAS OCEANA, Dam Neck Annex, NSWDG, Virginia Beach, Virginia and Contractor Facility.

8. OTHER CONDITIONS/REQUIREMENTS: Work under this contract shall be conducted during normal working hours which are 7:30 a.m. to 4:00 p.m. when applicable; however, availability, time constraints, and varying schedules may require class time outside the scope of normal business working hours. The Contractor shall provide a monthly report of command members trained and training qualifications obtained to the Government.

 

9. DELIVERABLES:

Paragraph Deliverables Delivery Requirements
5 List of command members trained and training qualifications By the 5th day after the end of the first complete calendar month and each month thereafter in electronic format (i.e. Microsoft Word or Excel) until contract completion.
Contractor shall send an electronic copy of the deliverable to (1) the technical point-of-contact at an e-mail address to be provided after contract award and (2) submit a copy of the monthly deliverable with the monthly invoice.


CLAUSES INCORPORATED BY REFERENCE

FAR 52.204-7
Central Contractor Registration
Apr 2008

FAR 52.204-10

FAR 52.209-6 Reporting Executive Compensation and First-Tier Subcontract Awards
Protecting the Governments Interest When Subcontracting
With Contractors Debarred, Suspended or Proposed for Debarment Jul 2010

Dec 2010
FAR 52.211-14 Defense Priority and Allocation Requirements Apr 2008
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010
FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and
Remedies Jul 2010
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003
FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002

FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52.242-15 Stop Work Order Aug 1989
FAR 52.243-1 Alt 1 Changes - Fixed Price Alternate 1 (Apr 1984) Aug 1987
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-7000

DFARS 252.203-7002
DFARS 252.204-7003 Requirements Relating to Compensation of Former DoD
Officials
Requirement to Inform Employees of Whistleblower Rights
Control of Government Personnel Work Product Sep 2011

Jan 2009
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a
Terrorist Country Jan 2009


DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Applicable to Defense Acquisitions of Commercial Items Dec 2011
DFARS 252.225-7000
DFARS 252.225-7001
DFARS 252.232-7010 Buy American Act-Balance of Payments Program Certificate
Buy American Act and Balance of Payments Program
Levies on Contract Payments Dec 2009
Oct 2011
Dec 2006
DFARS 252.243-7002
DFARS 252.247-7023 Requests for Equitable Adjustments
Transportation of Supplies by Sea Alt III Mar 1998
May 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998
SOFARS 5652.252-9000 Notice of Incorporation of Section K Jan 1998

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.

All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.

FAR 52.212-2 Evaluation--Commercial Items Jan 1999

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (1)Technical ability to meet specifications, (2) past performance and (3) price. The offeror shall provide the details to describe how it meets the technical specifications for evaluation. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. The offeror must submit relevant and current past performance in for the requirement described in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Nov 2011
Items (Apr 2011) - Alternate 1
FAR 52.212-5 Deviation Contract Terms And Conditions Required To Implement Aug 2011
Statutes Or Executive Orders--Commercial Items Deviation

FAR 52.217-8 Option to Extend Services Nov 1999
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days.

FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000
(a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 12 months.
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722.

Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: [email protected].

Quotes must be received no later than 8:00 AM Eastern Standard Time (EST) on 13 February 2012. Quotes received after this time frame will not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government. Quotes shall identify the quantity, unit price, and extended price inclusive of travel, labor, and other direct costs. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.

Point of Contact for this solicitation is Danyiele Peterson at [email protected] or phone (757) 893-2713 or fax to (757) 893-2957.

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Oct 2013 at 1 PM
Virginia beach Virginia 03 Feb 2010 at 6 PM
Fort benning Georgia 26 Feb 2018 at 6 PM
Location Unknown 18 Nov 2008 at 6 PM
Virginia beach Virginia 27 Jun 2007 at 4 AM

Similar Opportunities

Wright patterson air force base Ohio 20 May 2026 at 9 PM
Wright patterson air force base Ohio 20 May 2026 at 9 PM
Wright patterson air force base Ohio 20 May 2026 at 9 PM
Wright patterson air force base Ohio 20 May 2026 at 9 PM