Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

U -- Advanced Tactical HMMWV Driving Course of Instruction

Notice Date
9/12/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-T-0122
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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 solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-07-T-0122, and a firm fixed price contract is contemplated. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20 effective 20 September 2007. This procurement is Unrestricted and the associated NAICS code is 611699 with a business size standard of $6.5 million. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Advanced Tactical HMMWV Driving Course of Instruction Quantity 14 Persons Section C Specifications SPECIFICATIONS Contractor shall provide the following training: 1. Driving Emergency Response ? classroom and practical exercise ? ABS and non-ABS a. Straight Line Braking Drills b. Turning and Braking Drills c. Slalom d. Multiple Avoidance Driving Drills e. Instinctive Respones Drills (with surprise) f. Skid Control on Skid Pad g. Off Road Recovery 2. City Streets and Heavy Traffic Driving a. Unknown or Uncertain Rules of the Road b. Close Proximity Driving 3. Driving Beyond Normal Limits Classroom and Practical Exercise a. High Speed Driving Techniques b. Minimum Visual Distance Considerations c. Intersections and Stop Signs d. Whole Road Concepts e. Restricted Lane Concepts f. Cornering Techniques g. Braking Zones h. Setting Up for the Corner i. Turning and Braking Entering the Corner j. Pointing and Balancing the Vehicle k. Exiting the Corner Under Control l. Twilight into Dark Night Drive (NVG) operational 4. Pursuit / Counter Pursuit Driving 5. High Center of Gravity Vehicle Ops ? Operator Introduction to HMMWV / SUV HMMWV Drive Train Specifics a. Transmission b. Transfer Case c. Differentials d. Geared Hub Assemblies e. Inflation System (CTIS) f. Runflat 6. HMMWV / SUV Operation on Hard Surface ? Driving Emergency Response a. Straight Line Braking Drills b. Turning and Braking Drills c. Slalom d. Multiple Avoidance Driving Drills e. Off Road Recovery f. Skid Control on Skid Pad 7. Off Road Operations in the HMMWV Classroom Presentation a. Gear Selection b. Brake Throttle Modulation c. Reading Terrain d. Spotting e. Negotiating Obstacles 8. Recovery Techniques Briefing and Practical Exercise a. Ruts, Ditches, Logs, Boulders, Hills, Side-Slopes, Sand, Mud, Water 9. Trail Drives Over Unknown Terrain Practical Exercise 10. High Center of Gravity Vehicle Driving 11. Convoy Operations Classroom and Practical Exercise a. High Profile Movements b. Low Profile Movements c. Vehicle Interval / Offset d. Road Net Control or Dominance (Active and Passive) e. Blocking and Screening for Convoy Integrity f. Intersection and Side Streets g. Entering and Exiting Primary Road Nets h. Command and Control i. Pilot Duties j. Phase Line k. Regroup / Rally Points l. Safe Havens 12. Night Drive Briefing and Practical Exercise (NVG optional) 13. Evasive Actions Briefing and Practical Exercise a. Ramming through Barricades b. Reversing Out c. Y Turns ? Reverse 180 Turn d. P I T e. Driver Down ? Right Seat Driving Skills f. Countering the Drive ? By Threat 14. Convoy Evasive Actions Practical Exercise in SUV 15. Attack Recognition Seminar 16. Mock Attack and Evasive Action Scenarios CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (AUG 2007) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 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 shall be used to evaluate offers: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors 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 (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor?s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Rick Smith, telephone (757) 893-2701. Place of Performance is Contractor Facility FOB: Destination; Inspection and Acceptance at Destination by Government All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact is Christine Anderson at christine.anderson@vb.socom.mil. Questions will be accepted until 17 September 2007. Questions and responses will be posted on FedBizOpps on 18 September 2007. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 20 September 2007. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Christine Anderson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. 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 the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
 
Place of Performance
Address: Contractor Facility, (for purposes of this solicitation, NSWDG postal code will be identified and will be updated with awardee postal code upon contract award),
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01404726-W 20070914/070913075207 (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.