Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

U -- Other education and training services - Advanced motorcycle operator training

Notice Date
3/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700109Q0074
 
Response Due
3/16/2009
 
Archive Date
3/23/2009
 
Point of Contact
Captain Chase 9104509922 Lisa P. Williams, 9104515182<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. Solicitation number M67001-09-Q-0074 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 and DFARS Change Notice DCN 20090115. This solicitation is a 100% small business set-aside (See Numbered Note #1). The associated NAICS code is 611692 and the small business size standard is $7.0 million. Pursuant to FAR 22.1006(a), this acquisition shall comply with the Service Contract Act of 1965. This acquisition is for a comprehensive, advanced training program tailored towards improving the motorcycle riding skills of military personnel in real life scenarios. The program shall cover all aspects of speed and directional challenges of steering, braking, throttle control, turn entry/exit, visual control, lean angle control, and shifting. The anticipated period of performance will include a base period of 4 months (ten 2-day courses conducted between May 2009 and Aug 2009) plus an option period of 4 months in FY10 (ten 2-day courses conducted between May 2010 and Aug 2010) to be exercised at the Government's discretion. A total of 10 courses each performance period shall be provided among the following locations: Marine Corps Air Station (MCAS) Beaufort South Carolina, MCAS Cherry Point North Carolina, and MCAS New River North Carolina. Each training event will be two days long with a third day scheduled for inclement weather and conducted on the flight lines of M! CASs Beaufort, New River, and Cherry Point or other suitable area. The training shall be conducted on a mutually agreed upon schedule totaling no more than 20 hours per training event over a three-day period. The contractor shall quote pricing per training event and offer a total price for 10 each 2-day courses for contract line item number (CLIN) 0001 and CLIN 1001. The contract requirements for these courses are outlined in the performance work statement (PWS) as set forth at Attachment 1. CLIN 0001: Advanced Motorcycle Training (2 day course) 10 each; period of performance May 2009 through August 2009. Each training event shall have a minimum of eight instructors. The Government expects that each class will not be larger than 30 students. CLIN 1001: Option Period - Advanced Motorcycle Training (2 day course) 10 each; period of performance May 2010 through August 2010. Each training event shall have a minimum of eight instructors. The Government expects that each class will not be larger than 30 students. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical capabilities: Experience and Course of Instruction (2) Past Performance: provide three past performance references (not more than 3 years old). Past performance references shall be similar to this requirement in scope and size. Include POC, contract number, period of performance, and contract amount. (3) Price: all pricing quoted shall be FOB Destination. The basis for award is best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Capabilities: Experience and Course of Instruction (2) Past Performance (3) Price. An offer will be considered unacceptable if evidence of technical capability and past performance are not met. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: technical capabilities: (1) Experience, (2) Course of Instruction, past performance, and price); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-8 Option to Extend Services; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14 Limitations on Subcontracting;FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.232-8! Discounts for Prompt Payment; FAR 52.232-18 Availability of Funds; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment. The follow! ing clauses apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-16 Liquidated Damages - Subcontracting Plan; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 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 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR! 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters a! re required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes to Capt Chase, Kenny K, Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, via email to kenny.chase@usmc.mil or via facsimile (910) 451-2193. Capt Chase, Kenny K. at telephone number (910) 450-9922 can be contacted for information regarding the solicitation. Quotes are due by 16 Mar! ch 2009 by 1:00PM Eastern Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e843b80ba9a543dabc8ab900e85c1f10&tab=core&_cview=1)
 
Place of Performance
Address: Marine Corps Installations East, Camp Lejeune, NC<br />
Zip Code: 28547<br />
 
Record
SN01767319-W 20090313/090311220712-cfa85679621e2b85a5924989810f3d5f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.