Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

U -- Off Road Mobility Training - Instructions to Offerors

Notice Date
11/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-11-Q-0007
 
Point of Contact
Gabriel R Shipley, Phone: 910-440-0776
 
E-Mail Address
gabriel.shipley@usmc.mil
(gabriel.shipley@usmc.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work Instructions to Offerors LPTA COMBINED SYNOPSIS/SOLICITATION FOR Mobility Training PR#: M2092011SU00006 Solicitation#: H92257-11-Q-0007 FSC: U008 Training and curriculum development 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, FAR Subpart 13.5 procedures are being utilized. Solicitation number H92257-11-Q-0007 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DFARS Change Notice DCN 20080423. The proposed acquisition is restricted in business size to Service-Disabled Veteran-Owned Small Business interests. The associated NAICS code is 611692, with an applicable size standard of $7.0m. Marine Corps Special Operations Command, 1st Marine Special Operations Battalion, Camp Pendleton, California, has a requirement for Tactical and technical off-road driving utilizing the HMMWV in accordance with the attached Statement of Work (SOW). Location of the training shall take place aboard contractor owned/leased facilities. First course must take place 6-17 December 2010 with the option purchase 4 additional training events throught FY11. The Government anticipates award of a Firm Fixed Price contract. This RFQ will be evaluated using Lowest Price Technically Acceptable (LPTA). In order be considered Technically Acceptable, the contractor shall conform to all aspects of the SOW including the base delivery date of 6-17 December 2010, and a class description listing timelines and classes to be provided. 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. An offer will be considered incomplete and will not be considered for award if technical acceptability can not be 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, 52.212-2 Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; 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 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. 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 252.211-7003 Item Identification and Valuation; 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 252.225-7001 Pricing of Contract Modifications; DFARS 252.225-7042 Authorization to Perform. The following clauses apply under DFARS 252.212-7001; FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; 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/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. Submit quotes to GySgt Shipley, Gabriel R. Contracting Department, Stone Bay, Bldg RR400, Camp Lejeune, NC 28455, via email to gabriel.shipley@usmc.mil or via facsimile (910) 440-1130. GySgt Shipley at telephone number (910) 440-0776 can be contacted for information regarding the solicitation. Quotes are due on 17 November 2010 by 1200PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-11-Q-0007/listing.html)
 
Place of Performance
Address: In the vicinity of Camp Pendleton, Ca, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN02324881-W 20101111/101109234157-32471f8393a6c337ed6693aa01fe4897 (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.