Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

U -- Counterdrug Training Course

Notice Date
4/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
DAHA13-03-R-0002
 
Archive Date
6/22/2003
 
Point of Contact
Renee Berg, 515-252-4615
 
E-Mail Address
Email your questions to USPFO for Iowa
(renee.berg@ia.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for the procurement of professional services prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. Th is announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number DAHA13-03-R-0002. All proposals shall reference the RFP nu mber and shall be submitted by 4:30 P.M. local time on 23 Apr 2003. The anticipated award date is 25 Apr 2003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-12 dated 27 Jan 2003. This solicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 611430 size standard of 6.0. The Iowa National Guard wishes to obtain training to carry out the Midwest Counterdrug Trai ning Centers mission requirements. The instruction requested from the Midwest Counterdrug Training Center will be focused on advanced highway criminal interdiction programs. There are four phases outlined. Phases I-III should take place on September 29- Oct 2, 2003, in Johnston, IA. The curriculum should consist of a 4-day 32-hour course to teach professional, legal and roadside tactics. The phases should be broken down as follows: Phase I will consist of eight hours total classroom time. The instructo rs will be required to provide training on professional, legal roadside tactics on how to identify major smugglers, terrorists and other criminals. Topics should include trafficking overview, vehicle and subject indicators, detentions/profiles, clarificat ion of questions, concealment and searching, money seizures, report writing, court testimony and officer safety considerations. Phase II is required to be approximately 16 hours of hands-on vehicle searching. The instruction calls for two days of guidanc e and should expose students to numerous vehicles with over 200 concealment areas. Topics must include vehicle scenario stops, identifying vehicle and subject indicators, clarifying questions, terrorist identification, professional and courteous searching techniques should be taught, and students should be familiarized with post arrest report writing and court testimony. A national methamphetamine lab and explosives should be displayed. Phase III should consist of the remaining 8 hours of classroom time. The basic outline of Phase III should consist of instruction on proven patrol tactics including finding drugs in tractor trailers, commercial trucks and commercial rental vehicles, document indicators, officer safety and load responsibilities, concealment and searching, vehicle and subject indicators, report writing and clarification of questions. Phase IV of this course is projected to be presented to students on July 21-23, 2003 in Johnston, IA. Curriculum should consist of a 3-day, 24-hour course, wit h comprehensive commercial vehicle highway drug interdiction training. Phase IV must provide hands-on exposure to commercial vehicles, including two commercial vehicles, cab-over tractor, three commercial trailers, a commercial straight vehicle, and over 30,000 lbs. of simulated drugs. Topics should include scenario stops, document and vehicle indicators, ephedrine extraction and packaging by students, report writing/courtroom testimony, clarification of questions, officer safety issues and specialized co ncealment areas and methods. Methamphetamine lab should be on display. In accordance with the solicitation provision 52.212-2, Evaluation ? Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsib le offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors consid ered. The technical factors will be rated significantly higher than the cost factors. The technical factors that will be used to evaluate offers are the ability to meet the minimum contract training requirements and past performance. Technical factors are comprised of the evaluation of vendors training proposal, and shall be based upon the following: The vendor shall demonstration the ability to provide the specified instruction, to include course length, content and presentation dates. The course outline should be described in sufficient detail for the Government to be able to evaluate the proposed curriculum. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other i nformation the Government may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror must ide ntify three Federal, State or local Government and private contracts for which the offeror has supplied similar services to those identified in this solicitation. References should include the most recent contracts completed within the last five years. T he offeror shall provide a point of contact, current telephone numbers and fax numbers for each contract. Offerors shall address each evaluation factor stated above; failure to address any item may cause the offerors proposal to be rejected. A firm fixed price must be submitted for each phase of training listed above. Offerors are reminded to include a completed copy of FAR 52.212-3 I, Offeror Representations and Certifications?Commercial Items Alternate I, with their proposal. FAR 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, are hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and a ny resultant contract; 52.203-6, Restrictions on Subcontractor Sales to the Government, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns ( 15 USC 637); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-36 Payment by Third Party (31 U.S.C. 3332); 52.232-33, P ayment by Electronic Funds Transfer -- Central Contractor Registration; The following additional clauses and provisions are incorporated by reference: 52.222-25 Affirmative Action Compliance, 52.247-34, F.O.B. ? Destination; 52.252-1, Solicitation Provisio ns Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference, 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act?Balance of Payments Program Certificate (Mar 1998), 252.204.7004 Required Central Contractor Reg istration; The following clauses within 252.225-7001 apply to this solicitation and any resultant contract; 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036, Buy American Act ? North Ame rican Free Trade Agreement Implementation Act ? Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note), 252.243-7002 Request for Equitable Adjustment. The clause incorporated by reference can be accessed in full text at the Arm y Acquisition Web Site: http:// www.deskbook.osd.mil . Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dod ge, 7700 NW Beaver Drive, Johnston, Iowa 50131-1902, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 23 Apr 2003. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
Zip Code: 50131-1902
Country: US
 
Record
SN00298682-W 20030410/030408213742 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.