Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

U -- Drivers Training Program

Notice Date
1/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P0FM5353A100
 
Response Due
2/7/2006
 
Archive Date
2/22/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is F2P0FM5353A100, and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. This acquisition is unrestricted. NAICS 611710, SIC 8299. The U.S. Air Force, 48 Contracting Squadron, RAF Lakenheath, Suffolk, England intends to award a firm fixed price contract for inclusive dates of February 2006 thru September 2006. DESCRIPTION: SERVICES, NON-PERSONAL: To furnish all labor, tools, parts, materials and transportation necessary to provide hands-on, driving familiarization by UK certified driving instructors to the 100 ARW and 48 FW newly assigned personnel. Contractor tasks will include conducting an on the road UK driving familiarization to include specific local area driving issues, concerns and defensive driving habits for US Air Force Active Duty members new to the UK driving environment. Statement of Work available upon request. For queries and further information contact Benny T. Terry, Contracting point of contact (CPOC), at benny.terry@lakenheath.af.mil, phone 01638 522354. Period of Performance: 17 February 2006 thru 30 September 2006 plus four (4) option years. Place of Performance: RAF Lakenheath and RAF Mildenhall, England. The following FAR provisions apply to this RFQ. FAR52.211-6 Brand Name or Equal, if quoting for an ?or equal? specifications of the item/s must be included in the quotation. FAR52.212-1, Instructions to Offerors-Commercial with the following exceptions ? change ?30 days? to ?60 days?, delete para. (h), FAR 52.212-2 Evaluation-Commercial Items with the following addenda: paragraph (a) add (1) Meets Technical Specifications, (2) Total Price. All offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications - Commercial Items. 52.212-4 Contract Terms and Conditions -Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Dev.) and incorporates by reference the clauses identified by the contracting officer: 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The provisions and clauses identified as 52.217-8 -- Option to Extend Services.The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within one month. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years 6 months. These are in full text. The provisions and clauses identified as, 52.229-6 Taxes ? Foreign Fixed-Price Contracts, 52.232-19, Availability of Funds for the Next Fiscal Year, apply to this acquisition and are incorporated by reference. FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.246-1 Contractor Inspection Requirements, 52.252-2, Clauses Incorporated by Reference, 52.252-6, Authorized Deviations in Clauses. DFARS clauses and provisions: All offerors shall include a completed copy of 252.212-7000 -- Offeror Representations and Certifications -- Commercial Items. 252.212-7001 ? Contract Terms & Conditions Required to Implement Statutes incorporating by reference 52.203-3 & 252.243-7002. 252.204-7001 -- Commercial and Government Entity (CAGE) Code Reporting, 252.204-7004 -- Required Central Contractor Registration apply to this solicitation. 252.225-7042 Authorization to Perform, 252.229-7000 Invoices Exclusive of Taxes or Duties. 252.229-7001 Tax Relief. 252.229-7006 Value Added Tax Exclusion (United Kingdom), 252.229-7008 Relief From Import Duty (United Kingdom ). 252.232-7003 Electronic Submission of Payment Requests, 252.232-7008 Assignment Of Claims (Overseas), 252.233-7001 Choice Of Law (Overseas) apply to this solicitation as well as 262.246-7000, Material Inspection and Receiving Report. AFFARS provision 5252.223-9001 applies to this acquisition. USAFE 5352.225-9100 & 5352.242-9100 INSTALLATION PASSES (USAFE) (APR 2002)The performance of this contract is located on a United Air Force installation, and all access to the installation is controlled by the RAF Lakenheath Pass & Identification Office and the 48th Contracting Squadron. (a) Prior to commencing work the Contractor shall furnish a complete list of all vehicles and personnel involved in the accomplishment of the contract work to the Contracting Officer or designated representative to ensure access to the respective installations. The following information must be furnished on this list: Vehicles: Make, model, year of manufacture, capacity, type, license number, and insurance policy number. Personnel: First and last name, date of birth, place of birth, passport or identification card number, place of residence and any such other information, as required, to satisfy individual air base or army security regulations governing access to granting of passes to the particular military establishment. *If Contractors will be driving their POV?s on the installation, they will be able to obtain a pass for the extent of their USAFE Form 77 from Pass and ID once the contractor has been cleared through DVA. The contractor will have to show proof of insurance, valid MOT, valid Road Tax and original registration document to Pass and ID. While operating a motor vehicle on RAF Lakenheath, all personnel must maintain a valid motor vehicle driving credentials on their possession.(b) All passes may be obtained from the Contracting Officer or designated representative after the aforementioned lists have been submitted. The contractor shall inform all assigned workers that they may be subject to search, at the discretion of the installation commander, when entering or leaving the installation. (c) Installation passes will be returned immediately to the Issuing Officer when:(1) Pass has expired. (2) Pass holder is no longer employed by the Contractor.(3) Contract is completed.(4) Contracting Officer so directs. HOST NATION SECURITY REQUIREMENTS OVERVIEW: 1. Local national contractor employees requiring access to United States Air Force-occupied United Kingdom bases must comply with Third Air Force Instruction 31-501, and all local Security Forces requirements. This is an overview and does not contain all the specifics contained in the Instruction.2. New contractor employees may be escorted onto the installation, only, to fill out paperwork. The employee is not to start work until all required paperwork has been submitted to the appropriate office.3. Prior to beginning employment on the installation, individuals must, at a minimum, have a completed Local Files Check (LFC). Individuals with LFCs, are required to be escorted by an authorized US citizen (reference Instruction 31-501 for US citizen clearance requirements) or a local national with a Security Check (SC) who has escort authority.4. Unescorted access requires a Host Agency Check (HAC). There are two levels of background investigations that meet the standards that meet this requirement. The level of background check required, will depend on whether the position is considered sensitive or non-sensitive. Only people with SC will be able to escort people onto the installation.a. The Counter Terrorist Check (CTC). The CTC is a national-level security and police background investigation conducted by the Defence Vetting Agency (DVA). This is the minimum check required for all contractor/subcontractor employees in non-sensitive positions requiring unescorted installation access. The CTC expires three years from the issue date. b. The Security Check (SC). The SC includes all of the elements of the CTC but is a more comprehensive investigation and includes such actions as a credit check, interviewing relatives, determining and evaluating the individual?s involvement in various organizations, verifying any past military experience, etc. This is the minimum check required for employees and contractor personnel in sensitive positions. Most SCs expire five years from the issue date.5. Individuals employed in sensitive positions may only be assigned to and or perform the non-sensitive portion of the position until the SC is positively completed or they must be provided with direct supervision by a U.S. citizen or an individual with a completed SC. 6. Investigation renewal. All employees renewing their background investigation will complete an MOD Form 1109, Security Questionnaire. On the front cover of the form, under General Details, the employee will mark the appropriate block indicating a security questionnaire has been completed before and will complete the form with current information. Renewal paperwork should be submitted 6 months prior to the current background expiration date to avoid a possible lapse in installation access. 7. Functional Quality Assurance Personnel (QAP) will be the point-of-contact for processing security clearances. They will provide necessary documents to contractor employees, compile completed forms, submit documents to Security Forces, and sign USAFE Form 79. The following must be accomplished ?in-turn? for all new contractor employees. Contractor will provide the following to QAP: Completed LCF (conducted by HAC Office), Completed MOD Form 1109, Security Questionnaire (required for CTC or SC; completed by unit submitter), Completed USAFE Form 19, Residency Check for Employment with United States Air Forces in Europe, Completed AF Form 2583, Request for Personnel Security Action, Completed USAFE Form 79, Application for Base Entry Identification (completed by unit submitter/to be completed once the individual has been cleared), Completed Basic Check Verification Record (BCVR)(verified and signed by unit submitter) 8. Upon receipt of a favourable HAC and all required documentation, the contractor employee will be issued a USAFE Form 79 which must be in the employee's possession at all times while on the installation. The expiration date of the Form 79 will be the contract expiration date or one year, whichever is shorter. The contractor is responsible for collecting and turning in to the QAP, all Form 77s for employee who are no longer in their employment, applies. All FAR, AFFARS, DFARS AND USAFE clauses, in full text, can be accessed at http://farsite.hill.af.mil. ALL CONTRACTORS WISHING TO DO BUSINESS WITH THE DEPARTMENT OF DEFENSE ARE REQUIRED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY. IT IS THE OFFEROR?S RESPONSIBILITY TO REGISTER AND/OR CONFIRM THAT THEIR DETAILS ARE CURRENT. Quotations to be submitted via e-mail to CPOC or fax to 01144 1638 522268 no later than noon (GMT) on 7 February 2006. Direct any queries to Benny T. Terry at 01144 1638 522234.
 
Place of Performance
Address: RAF LAKENHEATH AND RAF MILDENHALL, SUFFOLK
Country: United Kingdom
 
Record
SN00972902-W 20060127/060125212313 (fbodaily.com)
 
Source
FedBizOpps 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.