Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

69 -- Comprehensive Security Driver Course

Notice Date
7/10/2006
 
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-0094
 
Response Due
7/28/2006
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0094, as a Firm Fixed Price (FFP) Type Contract with fixed unit prices. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 effective 05 Jul 2006. The procurement is 100% small business set-aside and the associated NAICS code is 611699. The DPAS rating for this procurement is DO-C9. Instructor to student ratio for training exercises must not be larger than 2-students to 1 instructor for all hard-ball driving, and 3-students to 1 instructor for off-road driving. Government must have exclusive use of the hard-ball driving track/facility and off-road trails and driving areas during training sessions. Contractor must be able to accommodate training requirements utilizing all aspects of the hard-ball track for the entire two (2) weeks of instruction. Contractor must provide two classrooms that can accommodate a minimum of twenty (20) students at one time. Instructors must have past experience training all levels of personnel in a wide variety of forces from SWAT, para-rescue, police and all military services. This will allow for the most diverse training environment. Section B Schedule of Supplies/Services CLIN 0001 Comprehensive Security Driver Course, 1 each July 31, 2006 through August 1, 2006 CLIN 0002 Comprehensive Security Driver Course, 1 each August 7, 2006 through August 11, 2006 Section C Statement of Work Contractor: Contract Number: Job Title: Comprehensive Security Driver Course Place of Performance: Contractor Facility Description of Services: Training shall include the following performance requirements and result in student proficiency: 1. Contractor shall provide hands-on instruction for high speed, tactical and off-road driver training for the Naval Special Warfare Forces. This course of instruction shall provide practical field application. As a result of this training, students shall become proficient in the following skills: a. Two (2) days off-road driver training and instruction to include the use of DHMMVs, Tactical 4x4s, ATV, and dirt-bike platforms. i. Off-road track/area must have multiple terrain features to include incline/decline ascents, water and stream crossings, ?rock and boulder? climbing, downed tree and log negotiation, sand pits, and a minimum of 5 miles of high speed un-improved roads and trails. ii. Training will include instruction in negotiating obstacles, vehicle recovery and extraction, and ability to drive all off road vehicles on un-improved roads at speed. b. Two (2) days of high performance driver training and instruction to include the use of Crown Victoria sedans, SUVs, high horsepower to weight ratio vehicles (high performance sedans), and tactical training vehicles on hard ball tracks to include the following instruction; Serpentine and straight line braking, skid prevention, skid control, skid recovery, in-turn braking, multiple braking exercises to include ABS, without ABS, evasive maneuvers to include ?J? turns and ?Y turns, vehicle backing, high speed tactical driving and reaches speeds of 95 mph. c. One (1) day of tactical driver training and instruction to include ?Pit? manueuvers, ramming from multiple driving positions, on the ?x? tactical reaction scenarios utilizing hard-ball to loose gravel tracks with non-lethal munitions and Tactical Role Players (TRP) provided by the vendor. The following provisions and clauses are incorporated into the RFP: FAR 52.212-1 ? Instructions to Offerors ? Commercial Items (Jan 2006) FAR 52.212-2 ? Evaluation ? Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Technical competence, past performance, and price. Technical and past performance when combined weigh more than price. Vendors shall submit past performance information to include contract number, government agency point of contact, contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and not exceed three (3) 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) Alternate I (Apr 2002). FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Apr 2006)(Deviation) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2006) Numbered Note 22 applies. All responsible sources may submit a proposal which shall be considered by the agency. 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@nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information and copies of this solicitation, must be in writing and submitted via email to Christine Anderson at canderson@nswdg.navy.mil. Proposals shall be sent to the attention of Christine Anderson at canderson@nswdg.navy.mil or by fax to (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 26 July 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: Contractor Facility (contract awardee facility)...for system purposes, NSWDG postal code will be identified, however, postal code is dependent upon awardee address
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01086019-W 20060712/060710221347 (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.