Small Arms Course of Instruction
Vendor shall provide to Naval Special Warfare (NSW) a Small Arms Training Course of Instruction (COI): • Contractor shall provide ranges in varying terrain at differing elevations in the mid distance ... Vendor shall provide to Naval Special Warfare (NSW) a Small Arms Training Course of Instruction (COI): • Contractor shall provide ranges in varying terrain at differing elevations in the mid distance engagement range (50-300 meters) to simulate real world target engagements. • Contractor shall provide long range static targets in the 800-1200 meter range. • Contractor shall provide shooting drills modeled after real world scenarios, emphasizing target identification and discrimination in both "deliberate" and "dynamic" settings. • Contractor shall provide two (2) four (4) day, thirty-two (32) hour COI's on employment of small arms weapons to 25 command members each COI. • Vendor shall provide classroom, armory, range, and training devices • Government will provide Medics, Weapons, Ammo, and Night Vision devices and be in full military gear • Contractor shall abide by DoD Ammunition and Explosives Safety Standards: General Explosives Safety Information and Requirements DoD Manual Number 6055.09-M, Volumes 1 - 8, all changes are applicable. http://www.dtic.mil/whs/directives/corres/html/605509m.html • Contractor shall permit NSW personnel to collect all expended brass after each training evolution for processing and recycling. All ranges shall be assessed by NSW for use in any training requiring live ammunition (5.56m or 9m) or simulated munitions. 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: • 4 days of training (32 hours) each COI. • Instructors shall possess in depth knowledge of SOCOM and NSW tactics, techniques, and procedures (TTPs). • Lead Instructor shall possess 10 years' experience teaching marksmanship training to NSW personnel. • Instructor(s) shall be U.S. citizens. • Contractor shall provide all range facilities and targets. Range shall be capable of supporting 9mm, Green tip 5.56mm, as well as various high power rifle munitions. • Range facilities shall allow for: close range shooting from 2 yards to upwards of 100 yards, Mid-range steel targets from 50-300+ meters, and long-range targets from 800-1200 yards. • Range facility shall at a minimum also include the following range types: One (1) paper target lane for all students to fire at paper targets during a single evolution. One (1) steel pistol mover range. One (1) steel rifle mover range. One (1) steel 300 yard range. One (1) reactive steel 300 yard range in varied terrain. Four (4) steel head plate ranges. Two (2) ranges capable of supporting "El Presidente" drills. • Range shall comply with all applicable local, state and federal certifications and guidelines. Proposed training location shall take place on land owned or permitted for use by vendor. 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. • Range facilities shall be available for use from 0700 to 1800 and capable of night shooting • Contractor shall provide lodging facilities to support up to 25 personnel each COI. Government will be responsible for the following: • Arms, Ammunition, and Explosives (AA&E) Explosive Safety Officer (ESO) Review of Vendor's proposed facilities for storage of Government AA&E. • Range Assessment that range meets NSW requirements/standards IAW COMNAVSPECWARCOM Instruction 3591.1D dated 20 Nov 14. 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 611699. 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 and the maximum students per course. Resumes of instructors shall be provided that demonstrate experience (Resumes are not included in page total). 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 611699. 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 22 May 2019 13:00 PST. NOTE: Requirement for elevation above 3000' has been removed
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »