Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
SOLICITATION NOTICE

U -- ANNUAL WILDLAND FIRE TRAINING

Notice Date
2/28/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068107TWILD
 
Response Due
3/8/2007
 
Archive Date
4/8/2007
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This procurement is 100 % Small Business Set-Aside; any responsible source may submit an offer. All Contractors submitting a proposal are required to be registered in the Central Contractor Registration database at www.ccr.gov to be considered for award. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M00681-07-T-WILDLAND applies and is ussed as a Request for Quotation. This solicitation document and incorporated provision and clauses are those in effect thorugh Federal Acquisition Circular 2005-15. The following FAR/DFAR provision(s) apply to this acquisition; Notice of Total Small Business Set-Aside (June 2003), FAR 52.212-1 Instructions to the Offerors-Commercial Items (JAN 2006), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999), applies with paragraph (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 shall be used to evaluate offers: (1) Certifications through the National Wildland Coordinating Group (NWCG) or the State of California. (2) Flexibility and ability to meet stringent short notice scheduling of classes.(3) PRICE. FAR 52.212-3 Offeror Representation and Certification Commercial Items (Jun 2006), 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 (Jun 2006) with the following applicable clauses Para (b) apply to this acquisition: (14), (15), (16), (17), (18),(19),(26), (31) and under Para (c) applies (1) and (2). The following DFAR Clauses apply to this acquisition: DFAR 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items(JUL 2006), with the following applicable clauses for Para (b): (4) DFAR 252.225-7001 Buy American Act and Balance Payments Program(JUN 2005),(12)i 252.225-7036 Buy American Act--Free Trade--Agreements--Balance of Payments Program (JUN 2006), (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006). Including: FAR 52.247-34 F.O.B. Destination (Nov 1991), FAR 52.211-6 Brand Name or Equal (AUG 1999), Responsible offeror must be active in the Central Contractor registration in accordance with FARS 252.204-7 (JULY 2006). DUNS, TIN and CAGE Code must be written in submitted quote. Payment shall be made electronically by DFAS Columbus through Wide Area Work Flow (WAWF). The North American Industry Classification System code is 611519 - $6.5 million. FAR SITE: https://farsite.hill.af.mil WAWF: https://wawf.eb.mil Proposals are solicited FOB Destination to Camp Pendleton, CA. Delivery is required for all items on or before August 31, 2007. Award is to be on an all or none. Offers shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certification ? Commercial Items (the best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause Far 52.212-3, and fill in the appropriate blanks). Faxed offer should be addressed to: Staff Sergeant Leguizamon, Bertha V. Phone: 1-760-725-8453 Fax: 1-760-725-8445. Clearly stating the solicitation number on the first page to ensure receipt. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in the solicitation. Award is anticipated on March 9, 2007. Offers, including price, are binding for 30 days after submission and written acceptance of an offer by the government will resu lt in a contract. The following item(s) is intended to be purchased for the Government: STATEMENT OF WORK FOR ANNUAL WILDLAND TRAINING 1. DESCRIPTION OF SERVICES. The contractor/instructor shall provide all management, training material and labor necessary to provide eight (8) Wildland Training courses at Marine Corps Base, Camp Pendleton for 25 Fire Fighters. An itemized list of all charges must be submitted. 2. REQUIREMENTS FOR WILDLAND TRAINING INSTRUCTOR. **Instructor providing Wildland training must meet the following criteria** 2.1. The Instructor must be certified through the National Wildland Coordinating Group (NWCG) or State of California. Upon completion of training each student will receive the same certification. 2.2. Instructor is required to be available and complete all training between Mar ? Aug 2007. Training dates will be determined by F&ES, Chief Ken Yarger. 2.3. Instructor will provide all training materials for the number of students noted above regardless of actual students attending. 2.4. Instructor is required to have experience on an Incident Management Team as this will enhance training by relating personal experiences that coincide with the given training courses; thus providing the Firefighters a better understanding of what to expect when out in the field engaging in Wildland fires. 2.5. Instructor is required to have Experience and Knowledge of all courses taught in the Wildland curriculum. Certifications are required with Quote. 2.6. An attached syllabus for all the courses is required to be considered for review. Course curriculum for 25 students will include the following courses: COURSE NUMBER - COURSE TITLE a.RX-300 - Prescribed Fire Burn Boss b.RX-310 - Fire Effects c.RX-410 - Smoke Management Techniques d.L-381 or L-380 - Incident Leadership or Fireline Leadership e.S330 - Strike Team Leader/Task Force Leader f.S339 - Division Group Supervisor g.S215 - Fire Operations in the Wildland/Urban Interface h.S-230 - Crew Boss (Single Resource) 3. Contractor Services 3.1. Contractor shall provide their own lodging arrangements. Government quarters will not be available. 3.2. Due to the high tempo of this field of work, all classes might not be completed. As such, classes will be paid as completed. They are listed above in order of precedence to be completed. 4. LOCATION. All training will be held on Camp Pendleton with locations to be determined. Please ensure you add in any special needs necessary to complete courses in quote. 5. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Utilities necessary to provide training are included in this contract. The following information must be provided with this quotation: Commercial and Government Entity Code (CAGE) Code Taxpayer identification number (TIN) Data Universal Numbering System (DUNS) Remit to address (if applicable) Email address and Point of Contact Offers can be faxed or emailed to the information below. Offers must be received no later than THURSDAY MARCH 8, 2007 at 9:00 AM Eastern Standard Time. Bertha V. Leguizamon Staff Sergeant USMC Contract Specialist Regional Contracting Office-SW MCB Camp Pendleton Comm: 760-725-8453 DSN: 725-8453 Tele: 760-725-8445 bertha.leguizamon@usmc.mil
 
Record
SN01241067-W 20070302/070228221433 (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.