Tactical Ground Mobility - Lead Driver Instruction
Sources Sought Request for Information Only Vendor shall provide to NSW a TGM Lead Driver COI with an adequate quality control plan including but not limited to in-person management oversight of COI p... Sources Sought Request for Information Only Vendor shall provide to NSW a TGM Lead Driver COI with an adequate quality control plan including but not limited to in-person management oversight of COI preparation and execution, standards, and methods to ensure professional conduct and environment during the COI and meaningful measures to monitor and personally observe that established standards are being followed. The COI shall include: • Government provided 8-10 Family of Special Operation Vehicles (FOSOV) vehicles, to include 2 support vehicles, night vision devices and bump helmets for student use. The FOSOV are [Lightweight Tactical All-Terrain Vehicle (LTATV or MRZR), Ground Mobility Vehicle (GMV also known as the HMMWV), and GMV 1.1 (Flyer)]. • Vendor provided Non-Standard Commercial Vehicles (NSCV) non-armored variant based (Toyota Truck platforms like Hilux, Tacoma, Land Cruiser, Land Rover, and 4-Runner). Vendor responsible for providing no less than eight (8) NSCV's for use in the COI. Each vehicle shall have a winch rated for each particular vehicle with Four Wheel Drive. The Government does not intend to fund purchase of or any costs associated with these vehicles separately from proposed firm fixed price for the COIs. • Training shall be progressive to attain necessary basic driving skills required to conduct combat operations in support of assigned missions in projected operational environments. The COI shall start with introductory operations and capabilities for NSW operators to include: Basic familiarization, basic field repair, driving fundamentals on unimproved roads and off-road terrain, obstacle negotiation, vehicle recovery, and mechanical instruction. • Training shall meet driver education requirements, which are prerequisite for obtaining an operator's license for LTATV and GMV as per NAVFAC MO-403 (Navy Driver's Handbook), and NAVFAC P-300 (Management of Civil Engineering Support Equipment). • Vendor capable of training up to 150-200 students annually utilizing a 10 to 12 day COI consisting of the FOSOV and NSCV platforms approximately once a month. The Government anticipates 12 students per COI, however this number could change. • Proposed training location shall take place on land owned or permitted for use by vendor and the Government desires the starting location to be within 2 miles of the classroom/garage. Vendor shall provide documentation of state or federal environmental reviews (i.e. CEQA or NEPA) conducted for the proposed property, and for the proposed use of said property, and any previous permits issued for said property. • Vendor responsible for all vehicle storage. The Government anticipates requiring a garage that shall be capable of holding at least 4 vehicles to conduct repairs and maintenance. Government mechanics only work on Government vehicles (FOSOV platforms) and bring all tools and equipment required. Contractor is responsible for tools, labor, fuel, maintenance and repairs on their own vehicles (NSCV's). The Government desires the garage and classroom to be at one contiguous location (within ¼ mile) of the starting point or base of operations. • Vendor responsible for providing a classroom that can hold a class size of 12 students and instructors. • Vendor responsible for providing all training devices, (recovery gear, handouts, classroom tables, chairs, computers for classroom training, etc.). • The Government desires at least two (2) active instructors with the following qualifications: 1. Ten years' experience in off-road driving verifiable in resume, and 2. Experience as an active instructor in ten or more relevant COIs in the last five (5) years from March 2019 training Special Operations Forces (SOF) in an off-road environment on the vehicle platforms previously mentioned verifiable in resume. NSW Ground Mobility Tactics, Techniques, and Procedures (TTPs) are dynamic in nature, and training must continuously evolve and be refined in order to stay current with the battlefield threat level, and anticipated platform employment and locations. This level of experience ensures that the instructor is a seasoned professional who can provide high-quality instruction to NSW personnel. • Instructor to student ratio shall be 1:4 during FOSOV and NSCV instruction. During the 8-12 hours per day for the duration of the course, instructor's effort shall be solely dedicated to the instruction of NSW personnel. Only NSW Government personnel shall be authorized to attend courses. • Vendor shall indicate if they are able to provide lodging and meals for students at the training location or within 50 miles. If yes, the vendor shall provide details regarding location(s) in relation to the COI, lodging and meal facilities and capabilities. The vendor shall specify whether the facilities are owned by the vendor or will be permitted for use by another vendor. The cost of meals and lodging cannot exceed the maximum per diem rate in accordance with the Joint Travel Regulation (JTR). The vendor's training location shall be within 400 miles driving distance of Naval Amphibious Base (NAB) Coronado. State and BLM training areas that meet this criteria and have been used previously include Ocotillo Wells Off-Highway Vehicle Recreational Area (OHVRA), Johnson Valley OHVRA with 29 Palms Marine Corps Air Ground Combat Center co-use permit, Ransburg OHVRA in California, and Lake Havasu City AZ OHVRA. A more detailed requirement will be included in the Request for Proposal (RFP). Information received from this sources sought notification will be used to ascertain potential market capability and determine the acquisition strategy (ex. Full and open/small business set-aside, etc.). The Government's intent is to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) task orders. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. Services shall include the following vehicle specific and type of training: 1) FOSOV (LTATV, GMV 1.0 and/or and GMV 1.1) [minimum of 40 hours of driving time and 2 hours of classroom time] a. LTATV (1) Basic LTATV Pre-Ride inspection (Tires and Wheels, Controls and Cables, Lights and Electrics, Oil and Fuel, Chain/Driveshaft and Chassis [TCLOC]), basic field repair and mechanical instruction. (2) Daily LTATV operation that provides students with increasingly difficult terrain negotiation and operating skills. Instructors shall provide verbal guidance and explanation at new and/or difficult terrain features. Instructors will break down the training curriculum into separate obstacle negotiation evolutions in order to better observe the students and provide guidance. (3) At a minimum, the driving portion of the COI shall cover the following skills and techniques on Government-furnished LTATVs: (a) Driving/Track Safety Rules (b) Controls Safety Features (c) Vehicle Dynamics (d) Preventative Maintenance Checks and Services (Pre-op / Post-op) (e) Start-up & Shut Down Procedures (f) On/Off Road Operations Movement (g) Defensive Riding Strategies & Risk Management Employment & Troubleshooting (h) Concepts (i) Transfer case manipulation (j) Operator Protective Equipment Gear & Nomenclature (k) Operator/LTATV-Terrain Relationship (l) Braking Drills (m) Controlled Emergency Skid Control (n) Line Selection through Turns (o) Line Selection During Terrain/Obstacle Navigation (p) Off-camber and side-slope traverse to include a tethering demonstration (q) Turning Drills to include Radius, Quick, Serpentine (r) Evasive Steering Exercise (s) Crash Avoidance (t) Constant Acceleration (u) Decreasing Radius Curves (v) Reversing Drills (w) Straight-Line Curves (x) Rapid Acceleration/Deceleration (y) Provide lecture and field training on advanced terrain negotiation (rock, decomposed granite, sand, hills, etc.) (z) High Angle Approach / Departure techniques (4) Vehicle recovery techniques including but not limited to: winching, kinetic rope recovery and towing (5) Tire Changes utilizing both terrain assisted and multiple personnel (6) Towing Considerations in open and closed terrain (Bridle vs. Single Point) b. GMV 1.0 and/or GMV 1.1 (1) Basic GMV Pre-Ride inspection (Tires and Wheels, Controls and Cables, Lights and Electrics, Oil and Fuel, Chain/Driveshaft and Chassis [TCLOC]), basic field repair and mechanical instruction. (2) Daily GMV operation that provides students with increasingly difficult terrain negotiation and operating skills. Instructors shall provide verbal guidance and explanation at new and/or difficult terrain features. Instructors will break down the training curriculum into separate obstacle negotiation evolutions in order to better observe the students and provide guidance. (3) At a minimum, the driving portion of the COI shall cover the following skills and techniques on Government-furnished GMVs: 1. Driving/Track Safety Rules 2. Controls Safety Features 3. Vehicle Dynamics 4. Preventative Maintenance Checks and Services (Pre-op / Post-op) 5. Start-up & Shut Down Procedures 6. On/Off Road Operations Movement 7. Defensive driving strategies, risk management employment & troubleshooting Concepts 8. Terrain and obstacle analysis to include logs, rocks, and sand (water and mud when available). 9. Multiple obstacle negotiation to include logs, rocks, and sand (water and mud when available). 10. Vehicle operations on unfamiliar unimproved roads emphasizing transitions between road surfaces to cover mud, dirt, sand, loose gravel, and rocky conditions. 11. All-weather operations, weather permitting. 12. Off-camber and side-slope terrain negotiation. 13. Angle of approach and angle of departure slope negotiation. 14. Proper gear and transfer case selection for specific terrain and conditions (to include logs, rocks, water, mud, and sand) 15. Line selection during terrain/obstacle navigation 16. Left-foot braking/Brake-throttle modulation employment (4) Vehicle recovery techniques including but not limited to: winching, kinetic rope recovery, towing and jack methods. (5) Training will include a minimum of one driving evolution utilizing night-vision devices. 2) NSCV [minimum of 40 hours of driving time and 2 hours of classroom time] a. Training to include, but not limited to, the following skills and techniques on contractor provided NSCV's: 1. Driving/Track Safety Rules 2. Controls Safety Features 3. Vehicle Dynamics 4. Preventative Maintenance Checks and Services (Pre-op / Post-op) 5. Start-up & Shut Down Procedures 6. On/Off Road Operations Movement 7. Defensive Riding Strategies & Risk Management Employment & Troubleshooting 8. Terrain and obstacle analysis to include logs, rocks, and sand (water and mud when available). 9. Multiple obstacle negotiation to include logs, rocks, and sand (water and mud when available). 10. Vehicle operations on unfamiliar unimproved roads emphasizing transitions between road surfaces to cover mud, dirt, sand, loose gravel, and rocky conditions. 11. All-weather operations, weather permitting. 12. Off-camber and side-slope terrain negotiation. 13. Angle of approach and angle of departure slope negotiation. 14. Proper gear and transfer case selection for specific terrain and conditions (to include logs, rocks, water, mud, and sand) 15. Line selection during terrain/obstacle navigation 16. Left-foot braking 17. Trail-breaking car control technique 18. Controlled Emergency Skid Control 19. Line Selection Through Turns 20. Accident avoidance drills b. Vehicle recovery techniques including but not limited to: winching, kinetic rope recovery, towing and jack methods. c. Training shall include a minimum of one driving evolution utilizing night vision devices. 3) Maintenance [8 hours of maintenance instruction] a. The maintenance portion of the COI shall provide familiarization in maintenance procedures, basic troubleshooting and field repair of the following vehicle systems: 1. Fuel system 2. Cooling system 3. Lubrication system 4. Electrical system 5. Suspension system 6. Drive train If your Company has the potential capability to satisfy this requirement, please provide the following information: 1) Company name 2) Cage Code 3) DUNS Number 4) Address 5) Point of Contact 6) E-mail Address 7) Web Site Address 8) Telephone number 9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 611692. 10) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Provide the number of courses that you have the capability to provide at the quantities listed above. The Government is also interested in understanding any surge capacity, which is 25% or more of the quantities listed above. Provide layout of training, classroom, and garage locations to scale. Provide the Year, Make, and Model of the configuration of the NSCVs you would provide for training. Resumes of instructors shall be provided that clearly demonstrate years of experience and courses taught (Resumes are not included in page total). Provide a draft Quality Control Plan (QCP), which is not included in page limitation. The total number of pages shall not exceed 15. The Government will use the responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Interested vendors should provide information to determine if the company: (a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a)) (b) is able to comply with the required or proposed performance schedule, taking into consideration all existing commercial and Governmental business commitments. (c) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). (d) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15); (e) has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3 (a).) (f) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108). The final RFP will be posted on the FEDBIZOPPS website. The North American Industry Classification System (NAICS) is 611692 - Automobile Driving Schools. Submission Instructions: Interested parties who consider themselves qualified to fulfill the above-listed requirement are invited to submit a response to this Sources Sought Notice as identified herein no later than 12 Apr 2019 12:00 PM EST via e-mail to Phillip Sabo at Phillip.sabo@socom.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »