Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2003 FBO #0601
SOLICITATION NOTICE

U -- TSA Firearms Instructor Services

Notice Date
4/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 701 S. 12th Street 4th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
DTSA20-03-R-00886
 
Response Due
4/28/2003
 
Point of Contact
Michael Derrios, Contracting Officer, Phone 571.227.1573, Fax 571.227.2913,
 
E-Mail Address
mike.derrios@tsa.dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, DTSA20-03-R-00886 is issued as a request for proprosal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This is a total small busines set-aside and the associated NAICS code is 611699 and the applicable small business size standard is $6 million. TSA requires the contractor to provide twenty (20) qualified firearms instructors {to include fifteen (15) Mid-Level Instructors & five (5) Senior-Level Instructors}, equipment, and materials except as indicated in paragraph 2 of the SOW to perform training services for the Training and Quality Performance (TQP), Federal Air Marshal Training Division (FAMTD) Program at Atlantic City, New Jersey. The contractor shall perform training services in accordance with applicable Government and FAMTD regulations which will be sent to the contractor electronically after contract award. All FAMTD firearms courses are group-paced, criterion referenced, instructor managed laboratory and practical blocks of instruction that utilize firmly established procedures in accordance with Transportation Security Administration (TSA) Training and Quality Performance(TQP) standards. ****** THE CONTRACTOR MUST CONTACT THE CONTRACTING OFFICER, MIKE DERRIOS VIA WRITTEN REQUEST BY EMAIL FOR A COPY OF THE STATEMENT OF WORK IN ORDER TO BE ELIGBLE FOR CONTRACT AWARD.******* These services will include firearms instruction for FAM students and related instructional support as directed by the Atlantic City Chief of Training. The period of performance will be eight months after the date of contract award. The LINE ITEMS are as follows: 0001 - Firearms Instructor Services, QTY = 1 LOT. Proposal Instruction: The Contractor shall provide proposals in two (2) volumes: Vol. 1, Cost and Vol. II, Technical & Past Performance. The Contractor shall also submit a cost proposal for an option period to extend services beyond the base period of performance for up to (but not to exceed) one (1) year. The technical proposal shall contain the following: A) Qualifications of proposed contractor support. The contractor shall submit resumes in response to this RFP. Contractors should possess a level of experience and expertise suitable to perform services in accordance with the Statement of Work. If the Government questions the qualifications of any proposed contractor/consultant instructor, the burden of proof to sustain the person is qualified as specified herein shall be upon the contractor/consultant. The Government reserves the right to decline a proposed contract instructor/consultant. B) Past-Performance - The Contractor shall provide three (3) references with a brief description of previous projects and similar size and complexity. "Similar size and complexity" for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced and numbers of employees supervised. The TSA may contact those references during the evaluation process to verify relevant experience and level of performance. You should also provide the dollar amount for the referenced projects, how long personnel have been employed on similar projects and what their previous positions, duties and responsibilities were. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a) Contract Number b) Contract Description c) Contract Amount and Type of Contract d) Period of Performance e) Name, address, E-mail address (if available), and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the COR. If commercial, provide the technical and contracting equivalent). f) Size and complexity of the project. g) Whether all options were exercised, if applicable. For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA will be contacting them. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this solicitation and the specific evaluation criteria included in paragraph (a) of that provision is QUALIFICATIONS OF PROPOSED CONTRACTOR SUPPORT. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with response to the RFP. The subsequent purchase order for supplies shall include the clause at 52.212-4, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items shall also be included in the purchase order. THESE PROVISIONS AND CLAUSES CAN BE VIEWED AT THE FOLLOWING WEBSITE: http://www.arnet.gov/far/. This effort shall result in a Firm-Fixed Price (FFP) purchase order for commercial services. TSA shall award a contract for these services on a best-value basis. The following factors will be used to evaluate proposals: 1.) Qualifications of Proposed Contractor Support, 2.) Past-Performance, and 3.) Price. OFFERS ARE DUE BY CLOSE OF BUSINESS (5:00 P.M.) ON APRIL 28, 2003. CONTRACTORS SHOULD MAIL THE QUOTATION, REPRESENTATIONS AND CERTIFICATIONS AS REQUIRED BY FAR 52.212-3 (SEE ABOVE) TO THE FOLLOWING ADDRESS: TRANSPORTATION SECURITY ADMINISTRATION, OFFICE OF ACQUISITIONS (4TH FLOOR), ATTENTION: MIKE DERRIOS, 701 SOUTH 12TH STREET (WEST TOWER), ARLINGTON, VA 22202. Please contact Michael Derrios at 571-227-1573 or mike.derrios@tsa.dot.gov for any additional information regarding this synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-APR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 21-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/TSA/HQTSA/DTSA20-03-R-00886/listing.html)
 
Place of Performance
Address: FAA Technical Center Atlantic City Int'l Airport, NJ
Zip Code: 08405
Country: USA
 
Record
SN00377057-F 20030723/030721221934 (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.