Federal Bid

Last Updated on 31 Jan 2009 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

High Performance Offroad Driver Training

Solicitation ID H92240-09-T-0007
Posted Date 29 Dec 2008 at 7 PM
Archive Date 31 Jan 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Naval Special Warfare Group 1
Agency Department Of Defense
Location United states
This is a combined synopsis/solicitation for commercial commodity 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 requested as a Request for Quote (RFQ); solicitation number is H92240-09-T-0007, as a Firmed Fixed Price (FFP) type contract with fixed unit prices. The anticipated award date on or about 28 January 2009. The solicitation document and incorporated provisions and clauses are those in effect throuh Federal Acquisition Circular (FAC) 2005-23, effective 26 December 2007. North American Industrial Classification Code (NAICS) 611430 applies to this procurement. The size standard is $7.0M. SCOPE OF WORK • Naval Special Warfare (NSW) requires tactical vehicle driver training to prepare vehicle operators for mounted missions in support of the Global War on Terrorism (GWOT) • Students will be SEAL Qualification Training (SQT) graduates and SEAL’s with varying levels of experience. Class size will total 24 students from Naval Special Warfare Group One and Naval Special Warfare Group Two. • The government retains the ultimate right to stop training for unsafe conditions. Independent of the government’s right, the vendor has a duty to stop training for any reason concerning safety. • In the event of a medical emergency, injury, and/or accident, the vendor will step away from training. At that point the senior uniformed member in conjunction with the TRADET/NSWG-1 representative that will have overall authority. The NSW corpsman will be in charge of the MEDEVAC plan. The corpsman will determine the extent of the injury and the procedures that will follow, i.e. if life flight is to be called and which hospital the injured personnel will be going to. This will all be pre-determined and briefed prior to the start of each individual evolution by the corpsman. • The government will furnish student berthing/lodging, meals, training vehicles, vehicle maintenance support, fuel, the attending government representative, MEDEVAC plan, medical support and all repair and maintenance materials. • The government will be responsible for ensuring the training vehicles are safe for operation on a daily basis prior to the beginning of each training day. If a vehicle is deemed to be inoperable it will not be used for any training until it passes inspection by the government representative at the training site authorized to do so. • The vendor in conjunction with the TRADET/NSWG-1 representative will ensure that all training is conducted in accordance within any and all safety references including COMNAVSPECWARGRU-1 INSTRUCTION 3510.1 and the pre-training safety in-brief requirements. • The vendor will provide all training venues, course material, and training materials. Vendor will provide a classroom with HVAC suitable for 24-personnel. • The vendor provided training venues will be characterized by high (minimum of 4,000 feet Above Sea Level) desert terrain. Training areas and/or curriculum will be reviewed and approved in advance of training by the TRADET/NSWG-1 representative present at training. The TRADET/NSWG-1 representative in conjunction with the senior military student present at training will have full authority to authorize, stop and evaluate training and/or sites. • The vendor will also address training materials to be provided for conduct of the course and materials provided to the student for permanent issue. • The vendor will be evaluated on technical merit, past performance, and price. Vendors must have demonstrated experience training special operators on the High Mobility Multipurpose Wheeled Vehicle (HMMWV). Responses will address in Program of Instruction format, a minimum of five courses of instruction: 0001 Tactical Vehicle Operator Course: This course of instruction will prepare USN SEAL operators for mounted patrolling in open desert terrain. Vendors will address at minimum, advanced navigation training, mechanical systems training, obstacle negotiation, brake throttle-modulation, sand dunes and other types of obstacles. Training will include driving with night vision goggles and field maintenance. Course of instruction will be complete in no less than 40 hours and no longer than 60 hours in five consecutive calendar days. Vendors will provide cost for 5 (Five) iterations of this course (24 students). 0002 Advanced Tactical Vehicle Operator Course: Using skills developed in the first course of instruction, vendors will provide further hands on practical exercise on increasingly difficult terrain. Responses will include tactical vehicle recovery. Vendors will provide cost for 5 (Five) iterations of this course (24 students). . 0003 Advanced Tactical Vehicles Focused Extreme Terrain Negotiation Driving Course: For those select graduates of the Tactical Ground Mobility Course and Advanced Tactical Ground Mobility Course, vendor will provide two additional training opportunities for extended overland negotiation. Trail or terrain to be negotiated must be characterized by high altitude, arid mountainous terrain such as that found at extreme altitudes in Afghanistan. Trail or terrain to be utilized must be rated a 7 or better according to the Norcal TTora and or California Jeepers trail rating systems. Trail must be navigable by students with established proficiency (i.e. graduates of TGMC and ATGMC) in not less than 2 days and not more than 5 days utilizing continuous movement (no extended halts) and without covering the same portion of the terrain. Vendor is to provide instructors, terrain negotiation training areas, and guides. All other resources are to be provided by the government. Vendor must have an established past performance record of operation in/on the terrain or trail specified and meet all other vendor requirements including solicitation. Vendors will provide cost for 2 (Two) iterations of this course (24 students). 0004 Period of Performance: Base year (12 months from date of award) plus 4 x 1 year option upon satisfactory performance. Technical Requirements: 1. This requirement is for training. Naval Special Warfare has but one broad requirement for selecting service providers for training its operators: We want the best training available. Period. 2. In the interest of being good stewards of the government’s dollar, NSWG1 Mobility will select the best value proposal based on three criteria. The #1 priority is Technical Merit. We want the best training. We do not wish to simply select a training provider that has (on paper) demonstrated capability to conduct the training but an ability to deliver the best quality of training specific to our mission needs. 3. The following criteria will be used to assess best value. This is a prioritized rating system: a. Technical Merit. The technical merit of a responder will comprise 50% of the total assessed value of the proposal. This is the number one priority in selection of training providers. Technical merit will drive source selection. Technical Merit will be demonstrated by the following criteria: i. Company Collective Experience in Off-Road Driving Instruction. Vendors will provide documentation to their collective experience in training SOF operators in tactical vehicle operation and employment. ii. Company Focus. NSWG1 Mobility is looking for an off-road, tactical vehicle training specialist. Vendors who demonstrate a more diverse background in areas other than tactical vehicle training will be rated negatively compared to those who focus solely on tactical vehicle training. Assessment on company focus will be determined by density of tactical vehicle training provided in FY08. iii. Platform Expertise. Vendors who provide training on a diverse fleet of tactical vehicles will be rated positively. Vendors who provide training on a limited number of tactical vehicles, or only one tactical vehicle type will be rated negatively. iv. Instructor Expertise. Vendors will provide background biographies on their instructor cadre articulating qualitative and quantitative experience in mounted tactical vehicle operations, tactical vehicle training, tactical vehicle development, and off-road racing experience. Vendors who omit this information or provide less documented expertise will be rated negatively. Vendors with a better demonstrated experience level in their instructor cadre will be rated positively. v. Recent Experience. NSWG1 requires vendors demonstrate recent experience in the conduct of tactical vehicle training at a level stipulated in the scope of work. Recent is defined as within the last six months. This experience requirement is separate from past performance. Those vendors who omit or show a lack of recent experience will be rated negatively. vi. Program of Instruction. Each vendor will submit a Program of Instruction specific to the scope of work. At a minimum, the POI will include type of training (classroom discussion, hands-on practical exercise, hands-on evaluation, demonstration, etc…), instructor to student ratio, training venue, and training schedule. NSWG1 Mobility Technical representative will assess the POI to determine relevance to technical merit. As maintenance training is a requirement of the scope of work, Vendors will submit a technical inspection checklist specific to the HMMWV (M998/M1113) and SOF operations. vii. Demonstrated Technical Expertise. Vendors will provide answers to the following questions to demonstrate their technical expertise in the HMMWV: 1. Define Brake Throttle-Modulation and perform brake-throttle modulation 2. Describe the four primary factors in proper brake throttle modulation 3. Define Line of Attack and demonstrate proper line of attack 4. Identify the number and type of differentials standard on a HMMWV 5. Define Side-Type Obstacles including proper positioning for each These questions are part of a proficiency battery (written exam) currently in use by NSWG1. Vendors will provide their best answer to each question. Incorrect responses will be rated negatively and adversely affect Technical Merit assessment. viii. Tactical Vehicle Training Clientele. Naval Special Warfare Group One is a Special Operations Force. Vendors will list all clients for which they’ve performed tactical vehicle operator training for in the past six years. Those vendors showing a greater clientele will be rated positively. Those showing a lesser clientele will be rated negatively. ix. Training facilities. 1. Vendors will at a minimum provide HVAC-equipped classroom facilities for 24 personnel. Classroom facilities will be located within 10 miles of government-furnished lodging such as BOQ/BEQ. Lodging on the economy will not meet this requirement. Training area must be within 600 miles of Coronado, CA. 2. Off-road training venues will be characterized by high (4,000 ft ASL minimum) desert terrain as that found in Afghanistan. 3. For CLINs 0001 and 0002, vendors will list tactical vehicle training conducted on the identified venues in the past six months. At a minimum, vendors will identify unit trained and inclusive training dates the specified training venue was used. 4. For CLIN 0003, vendors will designate extreme trail to be navigated and its rating using an independent rating system commensurate with the California 10 scale as employed by Jeep Jamboree USA® organization. The Rubicon Trail is the habitual trail utilized by NSWG1 for CLIN 0003. Vendors failing to specify a trail or it’s adequately demonstrate its difficulty rating commensurate with the Rubicon trail will be rated negatively. Vendors failing to detail training conducted on the CLIN 0003 extreme trail specified will be rated negatively. At a minimum, vendors will identify unit trained and inclusive training dates the specified training venue was used. b. Past Performance. Documented past performance will be rated 25% of the overall assessed merit of submitted proposals. Those vendors who show no past performance will not be rated negatively. Those vendors with documented past performance in tactical vehicle operator training will be rated positively determined by density and scope of past performance within the past year. c. Cost/Price. Price will be rated at 25% of the overall assessed merit of submitted proposals based on a simple ranking system of highest to lowest of responders. 4. NSWG1 is soliciting professional, full-time tactical vehicle training specialists. The government is not obligated to award. 5. NSWG1 Mobility requests LOGSU Contracting specify this requirement be Service-Disabled Veteran Owned Small Business set aside. 6. The grading will go as follows: 50% technical merit, 25% past performance, 25% price. Each bid category/subcategory will be graded on a scale of 1 to 10 by NSWG-1 Tactical Ground Mobility Proponent. 10 being the best and 1 being worst. CLAUSES: The following clauses are applicable to the resultant order. 52.212-1 Instructions to Offerors-Commercial Items (Jan 2006) 52.212-3 Offeror Representations and Certification-Commercial items (Jan 2006) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2006). The following clauses are incorporated by reference in 52.212-5 paragraph (a): Protest after Award (Aug 1996) (31 U. S. C. 3533); paragraph (b) 52.222.6 Equal Opportunity (Apr 2002) (E.O. 11755) 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other elibible Veterans (Dec 2001) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005) 52.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 52.252-2 Clauses incorporated by Reference (Feb 1998) DFARS 252.212-7000 Offeror Representations and Certification-Commercial Items (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005) 52.204-7 Central Contractor Registration (Oct 2003) 252-204-7004 Alternate A Required Central Contractor Registration (Nov 2003)
Bid Protests Not Available

Similar Past Bids

Location Unknown 31 Oct 2008 at 5 PM
Albuquerque New mexico 05 Apr 2023 at 9 PM
Newport Rhode island 28 Aug 2015 at 3 PM
Ames Iowa 02 Jan 2021 at 4 AM
Natick Massachusetts 21 Sep 2018 at 1 PM

Similar Opportunities

Washington 30 Jul 2025 at 4 AM
Washington 28 Jul 2025 at 4 AM
Mississippi state Mississippi 15 Jul 2025 at 4 AM (estimated)
Mississippi state Mississippi 15 Jul 2025 at 4 AM (estimated)
Crane Indiana 16 Jul 2025 at 9 PM