Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

U -- MOTORCYCLE SAFETY TRAINING

Notice Date
12/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-09-T-0004
 
Response Due
1/13/2009
 
Archive Date
3/14/2009
 
Point of Contact
Debbie Rice, 904-823-0555<br />
 
Small Business Set-Aside
Total Small Business
 
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 following requirements are mandatory for establishment of a contract for the Florida National Guard; Statement of Work : 1. Objectives: Meet training objectives set forth by the Department of Defense Instruction (DODI) 6055.4 Traffic Safety Program, The Army Regulation (AR) Safety Program 385-10 Chapter 11-9 (b) Motorcycle Safety Foundation (MSF) Training and Florida State Statue 322.0255 Certification in motorcycle rider safety course. 2.Scope of Work: The Contractor shall provide a classroom, MSF approved study books, and materials i.e. tables and chairs, an instructor certified by MSF and both State of Florida safety training in MSF. Additionally students will be challenged with a hands-on practical application riding on the MSF course. 2. (a) The objectives of this effort include but are not limited to: 2.1.1. Development of motorcycle operators in safety with emphasis on skills and mental attitude necessary for dealing with traffic. 2.1.2. Develop straight line riding, turning, shifting and emergency stopping techniques. 2.1.3. Develop different motorcycle controls and demonstrate how they operate. 2.1.4. Train students in protective clothing and equipment to include helmet use. 2.1.5. Instruction development in safe strategy for riding in traffic and dealing with critical situations. 2.1.6. Course will include knowledge test and skill performance evaluation. 2.1.7. MSF BRC program of instruction meets The Adjutant Generals Accident Prevention Program in accordance with (IAW): 1-Department of Defense Instruction (DODI) 6055.4 Traffic Safety Standard. 2-US Army Regulation (AR) Safety Program 385-10 Chapter 11-9 (b) Motorcycle Safety Foundation (MSF) Training. 3-Florida State Statue 322.0255, Florida Motorcycle Safety Education Program. 2. (b) Deliverables: The following deliverables shall be submitted to the Florida National Guard State Safety Office and implemented into the training schedule: (a) MSF Training Course Certificates. (b) A written examination testing knowledge of motorcycle students. (c) Provide a written summary of each MSF basic rider course. (d) Ensure an after action reviews (AAR) has been conducted. (d) Student Course Critiques. (e) MSF Training Course must have proof of current military ID, insurance, and a signed release form in case of injury. 2. (c) Contractor performance evaluation: 2. (c) (1) Quality Assurance. The Government shall periodically evaluate the contractors performance by appointing a Quality Assurance representative(s) (QAR) to monitor performance to ensure services are received. The QAR will evaluate the contractors performance through intermittent on-site inspections, review of the contractors quality control program (QCP) and receipt of customer complaints. The Government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control (QC) inspections or because of repeated customer complaints. Likewise, the Government may decrease the quantity of inspections if performance dictates. The Government will also receive and investigate complaints from various customers. Initial customer complaints shall be validated by Government personnel and in cases of disagreement with customer(s), the final determination of the validity shall be made by the QAR. 3. Work Environment: The Contractor shall meet all approved MSF Range and Classroom Training Program of Instruction (POI) as well as the State of Florida Motorcycle BRC Certification. Multiple training sites to be established are Miami, St. Petersburg / Pinellas Park, Orlando, Starke, Tallahassee and Chipley. Each MSF training facility will provide classrooms to seat 12 students to include both heat/air conditioning. All students will receive MSF BRC supplies and equipment for the classroom phase of training i.e. desk or tables and chairs & restroom facilities. 4. Contract and Technical Monitor: NAME: CW3 Mike Starnes DSN 822-0472, Commercial 904-823-0472 5. Travel Requirement: See 3. above 6. Security Requirements: This SOW, the school curricula, and the initial training materials under procurement are UNCLASSIFIED. 7. Additional Requirements: Training must be conducted on a MSF approved range (No Training will be conducted at an Armory because MSF Range unapproved.) Contractors must be actively registered with the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA). The CCR website is http://www.ccr.gov and the ORCA website is https://orca.bpn.gov. Contractors are also asked to submit their TAX ID number with their proposal. 8. Period of Performance: BPA will be established for a total of five (5) years. The following is a yearly requirement as long as a contract is in effect. Army will allow a reasonable fee to be charged if vendor so deems. ARMY CONTRACTOR MANPOWER REPORTING REQUIREMENT The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Untied States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 Oct of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web. The following provisions and clauses apply to this procurement, FAR 52.204-7, Central contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certification-Commercial Items, alternate I; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 522.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, employment Reports on special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; FAR 52.222-41, Service contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (See www.wdol.gov); FAR 52.222-43 Fair Labor Standards Act Price Adjustment (Multiple Year and Option Contract); FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; FAR 52.233-3, Protest After Award; FAR 52.242-15, Stop-Work Order; FAR 52.246-1, Cont5ractor Inspection requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, authorized Deviations In A, Required Central Contractor Registration; Responses to this notice must be received on later than 5:00 p.m. EST, 13 January 2009 at the following address: USPFO for Florida, 189 Marine Street, St. Augustine, FL 32084-5154; emailed to Debbie.rice@fl.ngb.army.mil or faxed to (904) 823-0512 to the attention of Debbie Rice. Responses may be submitted on company letterhead stationary and must include the following: Solicitation Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you can go through the CCR website at http://bpn.gov all responsible sources may submit a proposal, which shall be considered by the agency. Evaluation procedures will be based on Best Value using FAR Part 13.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=459fd6bd7a43cb158268eec9b9b0e7a5&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL<br />
Zip Code: 32085-1008<br />
 
Record
SN01723876-W 20081225/081223220311-459fd6bd7a43cb158268eec9b9b0e7a5 (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.