Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOLICITATION NOTICE

U -- Advanced Dirt Bike Training Course of Instruction

Notice Date
3/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-06-R-0060
 
Response Due
4/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0060, and a firm fixed price contract is contemplated. The Naval Special Warfare Development Group (NSWDG) has a potential requirement to procure the following: Contract Line Item Number (CLIN) 0001 Contractor shall provide Advanced Dirt Bike Rider Training Course of Instruction. Number of Students: Eight (8); Period of Performance: 5 June 2006 through 9 June 2006; Place of Performance: Moaab, Utah ? Breckenridge, Colorado (Multiple Day Training). Upon successful completion of the course, students will be able to perform realistic training scenarios that will enable participants to recognize their skill level and areas that require remediation. The following are skills that must be obtained through this training: 1) Operation of controls 2) Lower body control 3) Classroom session on riding management ? riding practice 4) Counter weighing for turns 5) Advanced skills for tight turns 6) Going over obstacles 7) Advanced night riding 8) Advanced night riding with night vision goggles (NVG?s) 9) Emergency stops and swerves 10) Riding over obstacles advanced 11) Slow ride techniques 12) Experienced rider skill evaluation 13) Unweighting the front-end 14) Riding in washes and nuts 15) Advanced hill techniques 16) Riding different surfaces sand, water, mud, rocks and tight woods 17) Advanced hill riding, turning, traveling up and down hills 18) Traversing hills and stopping 19) Steep up and down hills 20) Riding over obstacles in trail environment 21) Riding whoops/bumps, ruts, drop-offs and ledges, crossing ditchesz 22) Practice advanced riding skills on rocky mountainous trails ADDITIONAL INFORMATION: 1) Contractor will supply 250cc or greater motorcycle per student 2) Government will provide night vision goggles for Item 8 under Clin 0001 3) Intstructor to student ratio for training exercises must not be larger than 2 students to 1 instructor. Classroom training must not be larger than 8 students to 1 instructor, but additional instructors must be standing by to provide feedback to questions 4) Contractor must provide SVIA motorcycle safety cards required by all Navy personnel to operate Government owned off-road motorcycles and ATV?s. 5) Instructors must have past experience training all levels of personnel in a wide variety of forces from SWAT, para-rescue, police and all military servicse. This will allow for the most diverse training environment. 6) Instructors must have extensive knowledge of Special Operations Forces (SOF) training environments and be able to relate training to live scenarios. 7) Training classroom/environment must be conducted in stated training environment due to command mission requirements. The instructor must be familiar with Naval Special Warfare field techniques and have taught Naval Special Warfare previously. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08, effective as of North American Industrial Classification Code (NAICS) 611699 applies to this procurement. This procurement is full and open competition. The DPAS rating for this procurement is DO. FOB Point is destination. The following provisions are incorporated into the RFP: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) ? Alternate I FAR 52.204-3 Taxpayer Identification (Oct 1998) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003) FAR 52.204-7 Central Contractor Registration (Oct 2003) FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2006) FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation) (Feb 2006) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) ? Alternate I FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005) FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (Feb 2006) FAR 52.216-25 Contract Definitization (Oct 1997) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 2006) FAR 52.203-3 Gratuities (Apr 1984) DFARS 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (Jun 2005) (10 U.S.C. 2533a) DFARS 252.237-7019 Training for Contractor Personnel Interacting with Detainees (Sep 2005) (Section 1092 of Pub. L. 108-375) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C. 2631) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with this solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information and copies of the solicitation, must be in writing and submitted via email to Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be prepared in company format and sent to the attention of Christine Anderson at canderson@mail.nswdg.navy.mil or by fax at (757) 492-7954. Offers must be received at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00pm Eastern Standard Time (EST) on 13 April 2006. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: Moaab, Utah and Breckenridge, Colorado
Country: USA
 
Record
SN01013778-W 20060325/060323212951 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.