Federal Bid

Last Updated on 20 Feb 2010 at 9 AM
Combined Synopsis/Solicitation
Virginia beach Virginia

Combative Training (i.e. Western Boxing)

Solicitation ID H92244-10-T-0063
Posted Date 03 Feb 2010 at 6 PM
Archive Date 20 Feb 2010 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 Virginia beach Virginia United states 23461

THE PURPOSE OF THIS AMENDMENT IS TO STATE A FIRM FIXED PRICE (FFP) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT IS CONTEMPLATED AND INCORPORATE THE APPROPRIATE CLAUSES.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 H92244-10-T-0063, and a firm fixed Indefinite Delivery Indefinite Quantity (IDIQ) price contract is contemplated.  In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 effective 10 December 2009. The North American Industrial Classification Code (NAICS) 611699 applies to this procurement with a business size standard of $7 million.  This procurement is 100% small business set-aside.  The DPAS rating for this procurement is DO-S10. 

All responsible sources may submit a quote which shall be considered by the agency.  The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following services:

Section B Schedule of Supplies and Services

Contract Line Item Number (CLIN) 0001 Combative Training.  Provide combative training various days of the week at NSWDG in accordance with the statement of work identified in Section C.  Period of Performance is Date of Award through 30 September 2010.

Subline Item Number (SLIN) 0001AA Combative Training.  Contractor shall provide at least one (1) instructor at NSWDG in accordance with the statement of work identified in Section C.  Minimum: 2 hours; Maximum: 80 hours.  Period of Performance is Date of Award through 30 September 2010.  QUANTITY 80 HOURS

SLIN 0001AB Facility Access.  NSWDG members may attend regularly attended sessions at the contractor facility.  Up to 20 individual one hour sessions per week are available at a flat rate per session.  Minimum: 2 Hours; Maximum: 400 hours.  Period of Performance is Date of Award through 30 September 2010. QUANTITY 400 HOURS

SLIN 0001AC Private Lessons.  NSWDG members may attend private sessions at the Contractor facility.  Up to 10 individuals may attend per private session.  Private session training will be arranged when needed through the command combative training point of contact.  Minimum: 2 Hours; Maximum: 110 Hours.  Period of Performance is date of award through 30 September 2010. QUANTITY 110 HOURS

SLIN 0001AD Private Lessons.  NSWDG members may attend private sessions at the Contractor facility. Up to 5 individuals may attend per private session.  Private session training will be arranged when needed through the command combative training point of contact.  Minimum: 2 Sessions; Maximum: 100 Sessions.  Period of Performance is date of award through 30 September 2010. QUANTITY 100 SESSIONS

Section C Specifications

1.0          Scope.  The Naval Special Warfare Development Gro up (NSWDG) personnel conduct advanced r esearch and development of tactics for use by the Naval Special Warfare Forces.  Course instruction will include all aspects of military combatives (hand-to-hand combat techniques consistent with the U.S. Modern Army Combatives Program and the U.S. Marine Corps Martial Arts Program).  Course instruction should be operationally focused and be conducted with and without full kit use using NSWDG crawl, walk, run combative training methodology.  Techniques must comply with NSWDG standard operating procedures, rules of engagement and use-of-force continuum.  Training must also comply with NSWDG deadly force restrictions and guidelines.  Course of instruction should incorporate the tactical deployment of combative techniques while teaching students how to adapt to different scenarios and specific needs.

2.0          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 five days weekly, as required.

3.0          Technical Command  Point of Contact.  The designated technical representative is Mr. Scotty  Keltner who can be reached at (757) 893-2303 or email to [email protected].

4.0          Contractual Command Point of Contact. The designated contractual representative is Christine Anderson who can be reached at (757) 893-2715 or email to [email protected].

5.0          Requirements.  The on-site training will take place on a weekly basis from Monday through Friday, as required, during the period of date of award through 30 September 2010.  The number of students per course of instruction occurring at the NSWDG compound shall be no more than thirty (30) students.  Instruction will 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 mit and bag training

*Advanced application to include boxing combinations, foot work and balance and self-defense

6.0          Qualifications. 

 Instructor must have significant career level western boxing experience.

Competition.  Instructor(s) must 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 must 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) must have verifiable experience training various groups of military and law enforcement groups and individuals.

7.0 Place of Performance.  NSWDG, Virginia Beach, Virginia and Contractor Facility

8.0 Other Conditions/Requirements.  Contractor must maintain the ability to obtain a SECRET security clearance.  Work under this contract shall be completed during normal working hors 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 is responsible for providing the government with a monthly report of command members trained and training qualifications obtained.

9.0 Deliverables. 

Paragraph

Deliverables

Delivery Requirements

8.0

List of command members trained and training qualifications obtained

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

 9.0 Specifications

Combative training must include close quarter striking techniques, close quarter hand to hand combat fighting, and defensive counter strike techniques.

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

Combat training must work effectively with NSWDG equipment (i.e., head gear and boxing ring) and must be applicable in confined spaces or shipboard environment.  Government furnished Special Operations Forces (SOF) related and classified equipment will be implemented during training as well.

At the conclusion of each course of instruction provided under the individual delivery orders, 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 defense boxing techniques, and multiple opponent strategies.  Initial student experience will vary from three (3) to fifteen (15) years of related training.

Contractor must have prior experience in the development and delivery of a combative skills course to SOF.

Facility.  Contractor will provide a local combative facility equipped consistent with above specified disciplines.  Equipment includes, but is not limited to, bags, mats, head gear, and boxing ring areas.  Facility must be capable of accomodating up to 30 individuals to facilitate training.

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

Section E - Inspection and Acceptance

Supplies/services will be inspected/accepted at:

CLIN                       INSPECT AT         INSPECT BY         ACCEPT AT                                          ACCEPT BY

0001                       Destination        Government      Destination                                        Government

0001AA                 Destination        Government      Destination                                        Government

0001AB                 Origin                   Government      Origin                                                   Government

0001AC                 Origin                   Government      Origin                                                   Government

0001AD                 Origin                   Government      Origin                                                   Government

 

Section F - Deliveries or Performance

Delivery Information

CLIN                        DELIVERY DATE                                      QUANTITY              SHIP TO ADDRESS                 UIC

0001        Date of Award through 30 Sep 2010 

0001AA   Date of Award through 30 Sep 2010                  80 HOURS               RECEIVING OFFICER              V47898

                                                                                                                                NAVSPECWARDEVGRU

                                                                                                                                1636 REGULUS AVE, BLDG. 301

                                                                                                                                VIRGINIA BEACH VA 23461-2299

0001AB   Date of Award through 30 Sep 2010                  400 HOURS             Contractor Facility

0001AC    Date of Award through 30 Sep 2010                  110 Sessions         Contractor Facility

0001AD   Date of Award through 30 Sep 2010                  100 Sessions         Contractor Facility

 

Section G - Contract Administration Data

Funding to be provided on individual delivery orders

Invoice Instructions

ADDENDUM

PLEASE SHIP COMPLETE.  INCLUDE CONTRACT NUMBER ON PACKING SLIP.

ALL INVOICES SHOULD BE EMAILED [email protected], FAXED (757) 893-2957, OR SUBMITTED TO THE FOLLOWING ADDRESS FOR PAYMENT VERIFICATION.  IN TURN, THIS OFFICE WILL FORWARD TO THE APPROPRIATE PAYMENT OFFICE FOR PROCESSING.

NSWDG

ATTN:  ACCOUNTS PAYABLE

1636 REGULUS AVENUE

BUILDING 302

VIRGINIA BEACH, VA 23461

PLEASE REFERENCE YOUR PURCHASE ORDER/CONTRACT NUMBER ON ALL INVOICES.  INVOICES SHOULD CONTAIN THE FOLLOWING INFORMATION:

•1.       NAME AND ADDRESS OF VENDOR (AS SHOWN ON PURCHASE ORDER)

•2.       INVOICE DATE

•3.       PURCHASE ORDER/CONTRACT NUMBER, AS SPECIFIED ON ORDER

•4.       VENDOR INVOICE NUMBER

•5.       DESCRIPTION (INCLUDING CONTRACT LINE ITEM, PRICE & QUANTITY OF GOODS AND SERVICES PROVIDED

•6.       SHIPPING & PAYMENT TERMS (IF APPLICABLE)

•7.       SHIPPING NUMBER & DATE OF SHIPMENT, INCLUDING PAID FREIGHT BILL*, (IF APPLICABLE)

•8.       TERMS OF ANY DISCOUNT FOR PROMPT PAYMENT OFFERED

•9.       POINT OF CONTACT FOR INVOICE DISCREPANCIES TO INCLUDE NAME, TITLE, TELEPHONE NUMBER, AND E-MAIL ADDRESS

 FOR PAYMENT QUESTIONS ON CREDIT CARD ORDERS, PLEASE CONTACT ____________AT (757) 893-______.

*******The paid freight bill over $100.00 must be provided with invoice.  Invoice will not be processed if not included.**********

SOFARS 5652.232-9003 Paying Office Instructions (2005)
(a)  The Primary Contracting Office Point of Contact for this contract is: 
Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; [email protected] , Phone (757) 893-2720 or Connie Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; [email protected] , Phone (757) 893-2717.

(b) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD form 1155, Block 18a on the Standard From 1449 or otherwise designated paying office.

Section I - Contract Clauses

FAR 52.202-1

Definitions

Jul 2004

FAR 52.203-3

Gratuities

Apr 1984

FAR 52.203-6

Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995)

Sep 2006

FAR 52.203-10

Price or Fee Adjustment For Illegal or Improper Activity

Jan 1997

FAR 52.204-7

Central Contractor Registration

Apr 2008

FAR 52.209-6

Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment

Sep 2006

FAR 52.211-14

Notice of Priority Rating for National Defense Use

Sep 1990

FAR 52.212-3

Offeror Representations and Certifications Commercial Items

Jul 2009

FAR 52.212-4

Contract Terms and Conditions-Commercial Items

Mar 2009

FAR 52.212-5 

DEV

Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items  (Deviation)

Apr 2009

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

Feb 2008

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 

Jun 1998

FAR 52.222-50

Combating Trafficking in Persons

Aug 2007

     

FAR 52.232-33

Payment by Electronic Funds Transfer-Central Contractor Registration

Oct 2003

FAR 52.233-1 Alt I

Disputes Alt 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 52-242-13

Bankruptcy

Jul 1995

FAR 52.243-1 Alt I

Changes-Fixed Price Alt I (Apr 1984)

Aug 1987

FAR 52.246-25

Limitation of Liability - Services

Feb 1997

FAR 52.247-29

F.o.b. Origin and 52.247-34 F.o.b. Destination

Feb 2006

     

FAR 52.247-34

Default (Fixed Price Supply & Services)

Apr 1984

FAR 52.253-1

Computer Generated Forms

Jan 1991

     
     

DFARS 252.204-7003

Control of Government Personnel Work Product

Apr 1992

DFARS 252.204-7004 Alt A

Central Contractor Registration (52.204-7) Alternate A

Sep 2007

DFARS 252.211-7003 Alt I

Item Identification and Valuation Alt I

Aug 2008

     

DFARS 252.212-7001

DEV

Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items  (Deviation)

Jul 2009

DFARS 252.225-7000

Buy American Act-Balance of Payments Program  Certificate

Jan 2009

DFARS 252.225-7001

Buy American Act and Balance of Payments Program

Jan 2009

DFARS 252.225-7002

Qualifying Country Sources as Subcontractors

Apr 2003

DFARS 252.232-7010

Levies on Contract Payments

Dec 2006

DFARS 252.247-7023

Transportation of Supplies by Sea Alt III

Aug 2002

SOFARS 5652.204-9003

Disclosure of Unclassified Information

Jan 2007

SOFARS 5652.204-9004

Foreign Persons

Jan 2006

SOFARS 5652.233-9000

Independent Review of Agency Protests

Jan 2005

SOFARS 5652.237-9000

Contractor Personnel Changes

Jan 1998

FAR 52.219-8   Utilization of Small Business Concerns (May 2004)  

 

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation, 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 Alt I

Offeror Representations and Certifications Commercial Items (AUG 2007) - Alternate 1

Jul 2009

FAR 52.222-41

Service Contract Act of 1965, as amended

Nov 2007

FAR 52.222-42

Statement of Equivalent Hires for Federal Hires

May 1989

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

FAR 52.216-18 Ordering (Oct 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule.  Such orders may be issued from date of award through 18 months.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail.  Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

FAR 52.216-19 Ordering Limitations (Oct 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount less than 2 hours for Slins 0001AA through 0001AC and 2 sessions for Slin 0001AD, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order.  The Contractor is not obligated to honor;
  i. Any order for a single item in excess of 80 hours for Slin 0001AA, 400 hours for Slin 0001AB, 110 hours for Slin 0001AC and 100 sessions for Slin 0001AD
  ii. Any order for a combination of items in excess of 80 hours for Slin 0001AA, 400 hours for Slin 0001AB, 110 hours for Slin 0001AC and 100 sessions for Slin 0001AD
 iii. A series of orders from the same ordering office within three (3) days that together call for quantities exceeding the limitation in subparagraph (i) or (ii) above.

(c) If this is a requirements contract (i.e. includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.

(d) Not withstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons.  Upon receiving this notice, the Government may acquire the supplies or services from another source.

FAR 52.216-22 Indefinite Quantity (Oct 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule.  The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause.  The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum".  The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum".

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued.  The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after one year from the date of the last order.

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.

All questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will not be conducted unless it is deemed necessary by the Contracting Officer.  Questions shall be sent to Christine Anderson at [email protected].  Quotes must be received no later than 21 January 2010 at 12:00 p.m. Eastern Standard Time (EST).  The offeror agrees to hold its prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes.  Quotes shall be emailed to Christine Anderson.

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

Bid Protests Not Available

Similar Past Bids

Astoria Oregon 03 Apr 2008 at 3 PM
Aberdeen proving ground Maryland 21 Sep 2009 at 10 PM
Deland Florida 13 Apr 2009 at 2 PM
Lackland air force base Texas 03 Sep 2013 at 9 PM
Memphis Tennessee 01 Nov 2012 at 9 PM

Similar Opportunities

Colorado springs Colorado 21 Jul 2025 at 6 PM
New york 29 Jul 2025 at 2 PM