The RFP Database
New business relationships start here

TACTICAL DRIVING WITH FIREARMS TRAINING - Course of Instruction


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

NAVAL SPECIAL WARFARE COMMAND (NSWC) TACTICAL GROUND MOBILITY (TGM) ENHANCED DRIVING SKILLS AND TACTICAL DRIVING WITH FIREARMS TRAINING.

Description: Vendor shall provide to NSW a TGM Enhanced Driving Skills (EDS) Course of Instruction (COI) and a Tactical Driving with Firearms Training (TDFT) COI: • American Rally Car Association (ACRA) Based • Training shall be progressive to attain basic driving skills in the EDS course and advanced driving with tactical shooting skills in the TDFT course. • Capable of training up to 150 Special Warfare personnel annually for EDS/"Rally Car" training and an additional 150 Special Warfare personnel for TDFT training, both with 5 day COI's. Only NSW assigned personnel will be authorized to participate in the COI. • Vendor responsible for providing classroom, armory, range and all necessary training devices • Government will provide medical support (when required), weapons, ammo, and Night Vision devices (if required).

There is no solicitation at this time. This sources sought notice does not constitute a request for proposals nor any guarantee of solicitation; 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.


The purpose of this notice is for market research to identify potential sources capable of providing this course of instruction. This is a request to provide any information of sales in the commercial marketplace for similar services. Additional comments or suggestions may be included with your capability statement. Information received from this sources sought notification may be used to ascertain potential market capability and determine the acquisition strategy (ex. Full and open/small business set-aside, etc.). The subsequent Request for Proposal (RFP) will include more detailed information regarding the full requirement. The Government's intent is to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract with Firm Fixed Price (FFP) task orders.


Services shall include:
• At least 40 hours of driving/training per COI type.
• Contractor shall provide two (2) instructors with at least five (5) years' experience in rally car racing as a driver or co-driver/navigator in sanctioned Rally Car racing events.
• Contractor shall provide two (2) instructors with a minimum of three (3) consecutive years in the last five (5) years training Special Operations Forces (SOF) in rally car racing.
• All driving instructors shall be American Rally Car Association (formerly Rally America) licensed.
• Firearms Instructors for TDFT course shall have a minimum of three (3) consecutive years in the last five (5) years training Special Operations Forces (SOF) in tactical shooting.
• Unlimited/unrestricted and fully authorized use of unimproved roads and tracks greater than 2.5 miles.
• The vendor shall have safe and approved storage for Arms, Ammunition, and Explosives (AA&E) at the training location. The storage shall comply with OPNAV Instruction 5530.13C, Department of the Navy Physical Security Instruction for Conventional Arms, Ammunition, and Explosives (AA&E).



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 number of pages shall not exceed five (5) total.


The Government intends to use the responses of 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.


Phillip J. Sabo, Contracting Officer, Phone 619-403-7583, Email phillip.sabo@socom.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP