Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

U -- Drivers Training

Notice Date
5/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0114
 
Response Due
5/28/2008
 
Point of Contact
Lisa Benjamin, 719-526-2416
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format contained FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Request for Quotes (RFQ) number W911RZ-08-T-0114. This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-08. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. This requirement will be set aside for small business. The NAICS code for this procurement is 611692 with a small business size standard of $6.5 million. Quotes shall adhere to the below listed statement of work and include pricing of: CLIN 0001; Drivers Training Force Protection Exercises; QTY - 10 ea STATEMENT OF WORK Period of Performance: 2 6 Jun 08 (4 of the 5 days will be conducted from 7 am 7 pm and one of the 5 days will be geared to accommodate night training and therefore will be conducted from 12 pm - 12 am) SCOPE: The 10 SFG (A) Advanced Special Operations Detachment (ASOD) has been tasked with ensuring all drivers training aspects are met for Military Liaison Teams (MLE) prior to deployment. The ASOD wants to conduct drivers training for 10 Personnel the meets the below requirements. REQUIREMENTS: A. The contractor will provide Force Protection Exercises consisting of: (1) High-speed driving techniques. (2) Forward and reverse ramming. (3) Situational exercises simulating vehicular attacks. (4) Evasive maneuvers. (5) Analysis of Terrorist/Criminal Attacks. (6) Car Shoot Demonstration. (7) Evacuation Drills. (8) Searching an automobile for explosives. (9) Route Analysis and Surveillance Detection. (10) Vehicle commandeering. (11) Off-road driving. (12) Unimproved surface driving. B. The contractor will meet the following guidelines: (1) Contractor will be located within an 80 mile radius of Washington DC in order to allow students finishing other training requirements in this areas ample time to arrive to the contractors training site. In addition it limits additional TDY cost and allows them to work on their pre-mission activities while simultaneously conducting training. (2) Contractor will provide a minimum of three paved road circuits to allow drivers the experience of driving on multiple high speed tracks. Contractor will place an emphasis defensive driving and escape techniques which include hands-on role playing in various exercises designed for a two man team. Contractor will instruct vehicle dynamics, high speed driving, and escape maneuvers to include ramming. (3) Contractor will provide a minimum of one dirt road circuit for the conduct of unimproved road driving. Contractor will provide one day of Unimproved Road Drivers Training (UDR) teaching techniques for negotiating dirt and muddy roads. Contractor will include exercises on: limits of traction, skid pad, initiating and recovering from slides, and challenging timed exercises. (4) Contractor will also provide minimum of two skid pads for the purpose of simulating wet road driving and winter driving. (5) Contractor will provide all vehicles for training. The Contractor must have Ford Crown Victorias or Chevy Caprices available for training as these vehicles provide the most robust training opportunity for drivers reporting to a MLE mission. These particular vehicles allow training on the similar type of full size vehicles that are available within the deployment areas. (6) Contractor will provide condensed practical training in entering a locked vehicle, defeating the steering column lock, and starting the vehicle. Training will be centered on a two-man element and practical and timed exercises will be included. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. 52.212 -4 Contract Terms and Conditions-Commercial Items; The provision of FAR Clause 52.212-3 Certs & Reps Commerical Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2007) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-6 Notice of Total Small Business Set Aside. 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, 52.223-13 Certification of Toxic Chemical Releasing, Equal Opportunity; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332), 52.233-2 Service of Protest, 252.209-7001 Disclosure of Ownership or control by terrorist country, 252.232-7003, Electronic Submission of Payment Requests; 252.212-7001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Enterprises, and Native Hawaiian Small Business Concerns (Apr 2007) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts), Quotes shall be received at ACA, NR Directorate of Contracting, 1676 Evans Street, Bldg 1220, Fort Carson, CO 80913 ATTN: Lisa Benjamin, not later than 08:00 AM. MT, 28 May 2008. Evaluation--Commercial Items applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Award will be made on the basis of determining the availability of meeting the specified dates and training requirements listed in the SOW as well as low price. The requirement will be an all or nothing award. Quotes shall include: Tax ID number, cage number and DUNS number. Any questions should be submitted via e-mail for forwarding to end-user for response. Quotes shall be received via email at lisa.benjamin@us.army.mil or fax 719-526-4490. Offertory who does not comply with all requirements of this synopsis/solicitation may be eliminated from competition. Any amendments that may be issued will be published in the FedBizOpps. All questions shall be submitted in writing to Lisa Benjamin, Contract Specialist, at lisa.benjamin@us.army.mil by 28 April 2008, no later than 12:00 p.m. MT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f67925c31ec5d0140a05b9553d1b56ea&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01579164-W 20080524/080522220355-f67925c31ec5d0140a05b9553d1b56ea (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.