Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

U -- Dirt Bike Training

Notice Date
4/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-11-T-0132
 
Archive Date
5/6/2011
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0132. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 effective 16 March 2011. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $7.0 million applies to this procurement. This procurement is 100% Small Business Set-Aside. The DPAS rating for this procurement is DO-S10. Section B - Schedule of Supplies/Services Contract Line Item Number (CLIN) 0001 5-Day Dirt Bike Training Quantity: 1 Lump Sum; Number of Students: twenty-four (24) Location: 50 mile vicinity of Lake Havasu; Arizona Period: 2-6 May 2011 Section C Description and Specifications 1. The contractor shall provide a course of instruction that will cover intermediate through advanced riding techniques and proper bike set up. 2. Further the course shall cover advance motorcycle troubleshooting and field repairs and high altitude riding situations. 3. The contractor shall provide various terrain techniques (braking, throttling, maneuvering, gear selection) to include rocky, sandy, muddy, hard packed and loose gravel. Steep inclines and to give the rider altitude riding. 4. The riding course shall cover river crossing, stream crossing and hill climbing. 5. The course shall cover various cornering techniques, obstacle avoidance and obstacle navigation. 6. The contractor's training course shall cover night riding techniques and GPS navigation. 7. The contractor's training course shall cover night vision riding in unimproved terrain. 8. The contractor's training course shall include at a minimum 6-10 hours a day of riding (day and night) and shall have a circuit that spans at least 1000 miles. 9. The contractor shall be required to have a certified EMT, a chase rider and a mechanic present during all times of the training. 10. The contractor shall demonstrate its ability to support point to point training along the riding circuit. 11. The contractor shall provide 450's bikes (15ea), 250's bikes (15ea) and ATV's (8ea) for the training (these bikes will remain the property of the contractor). 12. The contractor shall provide a master rider with at least 10 years of experience training Special Operations Forces (SOF). 13. The contractor must be able to qualify all riders the Motorcycle Safety Foundation Certification. 14. Student to instructor ratio shall not be less than 2:1. The following provisions and clauses are incorporated into the RFP: Section I - CLAUSES CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) - Alternate I (OCT 1995) FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity (JAN 1997) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2010) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2010) FAR 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) FAR 52.233-1 Alt I Disputes Alt I (JUL 2002) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.243-1 Changes-Fixed Price (AUG 1987) Alt I (APR 1984) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.249-8 Default (Fixed Price Supply & Services) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.211-7003 Item Identification and Valuation (Aug 2008) Alt I (Aug 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.247-7023 Transportation of Supplies by Sea Alt III (MAY 2002) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract 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 in descending order of importance: technical competence, past performance, and price. Contractor must submit detailed course description for evaluation purposes. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (JAN 2011) - Alternate I (APR 2002) FAR 52.222-41 Service Contract Act of 1965, as amended (NOV 2007) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (NOV 2007) SOFARS 5652.204-9004 Foreign Persons (2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Danyiele F. Peterson, Contract Specialist; 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2713 Fax: 757-893-2957 Email address: danyiele.peterson@vb.socom.mil. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 21 April 2011. The offeror agrees to hold its prices in its quote firm for sixty (60) calendar days from the date specified for receipt of quotes. Quotes shall be submitted to Danyiele Peterson. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Danyiele Peterson via email at danyiele.peterson@vb.socom.mil, phone: (757) 893-2713 fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Danyiele Peterson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 21 April 2011. Contracting Office Address: 1636 Regulus Avenue, Building 313 Virginia Beach, Virginia 23461-2299 Primary Point of Contact: Danyiele F. Peterson, Contract Specialist danyiele.peterson@vb.socom.mil Phone: 757-893-2713 Fax: 757-893-2957
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0132/listing.html)
 
Record
SN02426153-W 20110417/110415234726-13ddc9ebb9bf2b0945939c0b86931ae8 (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.