SOLICITATION NOTICE
U -- Talon Robot Training
- Notice Date
- 7/15/2020 10:05:50 AM
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
- ZIP Code
- 20640-1533
- Solicitation Number
- N0017420Q0084
- Response Due
- 7/30/2020 11:00:00 AM
- Archive Date
- 08/30/2020
- Point of Contact
- Brandi L. Sorzano, Phone: 3017446908
- E-Mail Address
-
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE: Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) intends to award a firm fixed price sole source procurement with Foster-Miller Inc., DBA: Qinetiq North America 350 Second Avenue, Waltham, MA 02451-1104 to provide: CLIN 0001 Qty: 1 Talon Robot Vehicle Training per the Statement of Work Statement of Work Talon Robot Training Services Description of Services � Scope The Explosive Ordnance Disposal (EOD) Department of the Naval Surface Warfare Center -Indian Head Explosive Ordnance Technology Division (NSWC-IHEODTD) has a requirement to provide Talon robot training for FMS case BU-P-LAD (Bulgaria). Training will be required to provide EOD technicians with the skills needed to operate and maintain the Talon robot.� 1.2 Requirement The Contractor shall provide all staffing and materials to train personnel in the operation and maintenance of the Talon robot, as follows: Operator and Maintenance Training: The Contractor shall conduct training for up to twenty (20) students over a duration not to exceed two (2) days.� The course will be taught in English, in Bulgaria.� Each student will receive one (1) copy of the training materials (English language). (See paragraph 7.2 for CDRL information) The Government will identify personnel with an English Comprehension Level (ECL) of 75% to receive the training or will provide interpreters. All training material will be in English. The US Government Security Assistance Officer (SAO) will provide services and technical assistance in preparing students to receive training. The Government will coordinate scheduling with appropriate agencies and assist in the selection of students to ensure they meet the security, medical, (ECL) and any technical requirements for the training provided under the FMS case that supports this procurement. Training Facilities Place of Performance The training facilities will be located in Bulgaria.� The Government will provide the facility address to the contractor no later than 90 days prior to the training start dates. The Contractor shall provide facilities requirements needed for the training (e.g., work space area size, AV equipment, IT equipment, classroom requirements, etc.).� Training Execution 3.1 Period of Performance The Contractor shall conduct training within 180 days after contract award. The Contractor shall contact the Government and begin coordination of all arrangements no later than 90 days prior to training start date.� The Contractor shall also notify Government upon completion of training. Travel The Contractor shall be required to travel in performance of this contract.� All travel shall be conducted in accordance with the Joint Federal Travel Regulations/Federal Travel Regulations (JFTR/FTR). The Contractor shall be responsible for completing any training requirements and Electronic Country Clearance (ECC) messages for OCONUS travel, as well as obtaining passports and visas.� The NSWC IHEODTD Foreign Military Sales (FMS) office will assist in coordinating these requirements for the Contractor with the U.S. Embassy in Bulgaria whenever possible.� Physical Security The Contractor shall be responsible for safeguarding all Government information or property provided for Contractor use.� At the close of each work period, all Government information, facilities, equipment, and materials shall be secured at the end of each day. 6.0 Technology Transfer IAW International Traffic in Arms Regulation (ITAR) The Contractor is responsible for obtaining all necessary approvals and clearances to allow the shipment of training materials to the customer country by either claiming an FMS exemption under the auspices of the applicable Letter of Offer and Acceptance (LOA), in accordance with the ITAR, Part 126, General Policies and Provisions, Sub-Part 126.6, and the FMS program, or with an approved Technical Assistance Agreement (TAA), in accordance with the applicable ITAR, Part 124, Agreements, Off-Shore Procurement and Other Defense Services, Sub-Part 124.1, Manufacturing License Agreements and TAA through the U.S. Department of State, Directorate of Defense Trade Controls. Also, regarding TAAs reference ITAR, Sub-Part 124.2, Exemptions for Training and Military Services.� The Contractor shall ensure either of these approaches is successfully completed prior to training initiation, to include any subcontractor training required for each individual vendor.� 7.0 Deliverables � 7.1 Status Report Within thirty (30) days of completion of training, the Contractor shall provide a report (CDRL A001), in Contractor format, to NSWC IHEODTD describing the following services: Provide attendee information the names/ranks of the students trained Detail any training issues and anticipated or unexpected delays in training detail the reason for the delay and mitigation used Provide any training recommendations for future courses Provide complete document status of� training completion and any action items and/or taskers and their current status. � 7.2 Training Materials Twenty (20) copies of the training materials in the English language (CDRL A002); one copy to be provided to each student no later than the first day of training. 7.3 Training Facilities Required The contractor shall provide facility requirements for the training no later than 120 days prior to the training start date. (CDRL A002) 8.0 Ship to Address NAVEODTECHDIV DODACC: 42794 Stump Neck Annex, Bldg. 2195 2915 Archer Ave, Indian Head, MD, USA 20640-3861 9.0 Point of Contact (POC) David D. Gill Foreign Military Sales (FMS) Program Area Director / D22 david.d.gill@navy.mil (O): 240-377-1435 / Fax: 301-744-6937 The associated North American Industry Classification System (NAICS) code is 611430, Professional and Management Development Training which has an annual size standard of $12,00,000.00 Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/.� The circumstances permitting Other Than Full and Open Competition is Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy Agency requirements.""� The intent of this synopsis is to determine if any sources exist, and therefore, no Request for Quote (RFQ) is available.� This notice of intent is not a request for competitive quotes; however, the Government will consider all information received by July 30th 2020.� A determination by the Government not to compete this proposed contract action based upon the responses received from this notice is solely within the discretion of the Government. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a7841dd0f0844c97a8810e8298ab8caf/view)
- Place of Performance
- Address: BGR
- Country: BGR
- Country: BGR
- Record
- SN05721884-F 20200717/200715230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |