Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
SOLICITATION NOTICE

69 -- The contractor shall provide three Canine Master Trainers for use by the Special Operations Forces for one year. Each of the trainers will be stationed at Fort Benning, Fort Bragg, and Fort Carson, respectively.

Notice Date
2/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB07T0057
 
Response Due
2/15/2007
 
Archive Date
4/16/2007
 
Small Business Set-Aside
N/A
 
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. The NAICS code for this action is 561612. The combined synopsis/solicitation number is W91CRB-07-T-0057 Requirement is for three (3) Canine Master Trainers  one each to be stationed at Fort Bragg, NC, Fort Benning, GA, and Fort Carson, CO for a minimum of one year with option to extend for one (1) additional year. The Canine Master Trainers should abide by Department of the Army and Department of Defense regulations with regard to trai ning and care for Military Working Dogs (MWD). Individuals are responsible for the supervision, orientation, assessment, and training of MWD Handlers. Contractor shall provide instruction and supervision to MWD Handlers. Instruction topics include but a re not limited to health and care of MWD; control sequence; urban and rural tracking; explosive detection; obedience; record keeping; and any unique techniques developed by the organization. Responsible for and supervises the initial training of all newly assigned dogs. This includes ensuring that all newly purchased dogs are trained and developed in obedience, bite work, patrol work, detection, and tracking. The individuals will be responsible for supervising the selection of all dogs that would enter i nto the dog program. Contract Master Trainer will be responsible for developing testing criteria and keeping electronic and paper records of criteria used to select each dog entered into the program for future reference. The individuals shall be responsi ble for ensuring that data is maintained on the training of all dogs and handlers to include all necessary DoD and unit paperwork, records, or databases. The individuals shall be responsible for scheduling visits through the veterinarian clinic for all as signed dogs. The individuals shall be responsible for the care, sanitation, and maintenance of the kennel facility. The individuals shall be responsible for ensuring all dogs are trained and prepared for assignment to their perspective handlers. Contrac tor is to provide three Canine Master Trainers with a reporting date of 8 March 07 or earlier, at assigned locations. Each proposal will be evaluated based upon technical merit, past performance and cost. Contractor shall be required to provide personnel with experience as Dual Propose Detector Dog Handler/Trainer. Provide documented proof of field experience in both detection and man work. Provide detailed experience in patrol and detection with passive response as primary expertise. Offeror shall sub mit attributable resumes of proposed trainers. Qualifications for proposed trainers should include but not be limited to: current security clearance, proficient with firearms, no physical profiles, operational experience with dual purpose animals, and abi lity to deploy CONUS/OCONUS. Offerors shall provide past performance information for similar work by providing a brief description of work accomplished. Past information should include at a minimum points of contact: names, addresses, phone numbers and e -mail addresses. Offerors shall propose firm fixed-prices for one year and one option year. To request a more detailed statement of work, contact Amanda Longo by phone at 410.278.3576 or by e-mail at amanda.longo@us.army.mil. The provision at 52.212-1, Instructions to Offerors  Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation  Commercial Items applies to this acquisition. Contracting Officer shall make a best value award decision based on the following evaluation factors: technical, past performance and cost. Contractor shall be registered in CCR and ORCA at time of quote submission. The clause at 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition. Additional FAR clauses cited in this cl ause are applicable: 52.219-14, Limitations on Subcontracting; (15) 52.222-19, Child Labor  Cooperation with Authorities and Remedies (16) 52.222-21 Prohibition of Segregated Facilities (17) 52.222-26 Equal Opportunity; (18) 52.222-35, Equal Opportunity F or Disabled Veterans and Veterans of the Vietnam Era, (19) 52.222-36, Affirmative Action For Workers with Disabilities, (20) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (25) 52.225-13, Restriction on Certain Foreign P urchases (31) 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration (May 1999); (34) 52,239-1, Privacy or Security Safeguards. A completed copy of the provision at DFARS 252.212-70000, Offeror Representations and Certifications  Commercial Items, must be provided with offer. The clause at DFARS 252.225-7012 and 252.212-7001 applies to this acquisition. Additional clauses that apply to this acquisition: 52.246-1, Contractor Inspection Requirements; 52.246-2, Certificate of Con formance (Apr 1984), 52.204-7 Required Central Contractor Registration, 252.204-7004 Required Central Contractor Registration. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Respo nses to this RFQ must be signed, dated, and received by 15 February 2007 (Thursday), no later than 12:00 PM EST at the US Army RDECOM Acquisition Center, AMSRD-ACC-CC (J. Renee Hodge), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. E-mai led or faxed submissions are acceptable; however, do not send .zip files, as they will be automatically deleted by our e-mail server. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considere d. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation, contact Amanda Longo by phone at 410.278.3576 or by e-mail at amanda.longo@us.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01229531-W 20070211/070209220918 (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.