Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOLICITATION NOTICE

65 -- Purchase of non personal service. Tactical Combat Casualty Care (TCCC) training and high angle rope rescue training

Notice Date
4/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W91LE58106C185
 
Response Due
5/6/2008
 
Point of Contact
Jeffrey Roberts, 907 384-7104
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W91LE58106C185 (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 (iv)This acquisition is reserved for small business concerns. The associated NAICS code for this acquisition is 611699 and the small business size standard is $6.5M in annual revenue. (v)Line Items 0001 Provide training course that offers certification in wilderness medical training utilizing Tactical Combat Casualty Care (TCCC) standards and high angle rope rescue training for 70 students from 16 Jun 2008 to 27 Jun 2008 at Fort Richardson Alaska. Contactors should submit Plan of Instruction (POI) with each proposal. The course instruction as a minimum must include: austere medical treatment training, High-angle rope training with real-world applications for mountainous terrain, Size-up of existing and potential conditions where rope rescue operations will be performed, incident control and scene management, selection, construction, and use of rope-based mechanical advantage devices and processes, establishing the need, selecting the proper equipment, and placing edge protection, use of single and multi-point anchor systems within the scope, safe selection, construction, and use of an appropriate belay system, tying any knots used by the rope rescue team, packaging a patient in a litter, raising system in the low and high angle environment, safely ascending and descending a fixed rope, load distributing anchor systems, and passing knots through a rope rescue system. (vi) Purchase of non personal service. Tactical Combat Casualty Care (TCCC) training and high angle rope rescue training (vii)FOB destination: delivery to Fort Richardson, Alaska by June 16, 2008. (viii)The following provisions apply to this acquisition, FAR 52.212-1 Instructions to Offerors--Commercial (JAN 2006) (ix)FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a purchase order 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 capability, price, availability and past performance. Technical capability will be a more significant evaluation factor over price, availability and past performance combined. However, total price of the item offered to meet the Governments requirement, availability, and past performance will be weighed in conjunction with technical capability. Technical capability is as defined in the following: All instructors must be certified EMT-P and be certified by National Fire Protection Association for rope rescue instruction with actual TCCC training experience. (x) All offers must include a completed copy of the provision at FAR 52.212-3 offeror representations and certifications--commercial Items (JUN 2006) or be completed on the ORCA website. (xi) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (SEP 2005), (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive OrdersCommercial Items (SEP 2006), (xiii) 52.203-6 -- Restrictions on Subcontractor Sales to the Government Alternate I, (Oct 1995). 52.204-7 -- Central Contractor Registration, FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), FAR 52.222-3, Convict Labor (JUNE 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002), 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers With Disabilities.52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003), FAR 52.247-34 F.O.B. Destination (NOV 1991), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate, 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (xiv)The full text of clauses and provisions can be accessed at the following web addresses: www.acqnet.gov/FAR and www.acq.osd.mil/dpap/dars/dFARs/index.htm (xv) No applicable number notes (xvi) All offers are due no later than 1:00 PM, Alaska Time, May 6, 2008 via fax (907) 384-7112 or email to jeffrey.c.roberts1@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii)For further information contact Jeff Roberts @ (907) 384-7104.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9cd05123611b0ae5c7547bfbcaee46ac&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
 
Record
SN01562100-W 20080430/080428215243-9cd05123611b0ae5c7547bfbcaee46ac (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.