Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

U -- Vehicle Acquistion COI

Notice Date
2/27/2012
 
Notice Type
Modification/Amendment
 
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
H92244-12-T-0104
 
Archive Date
3/22/2012
 
Point of Contact
Tina Ford, Phone: 757-893-2865
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@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 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. This solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0104 and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective 03 JAN 2012. This procurement is 100 % small business set aside and the associated North American Industrial Classification Code (NAICS) 611699 with a business size standard of $7.0 million applies to this procurement. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency. Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B: Schedule of Supplies/Services CLIN 0001 Vehicle/Marine/Equipment Acquisition Course of Instruction Contractor shall provide a Vehicle/Marine/Equipment Acquisition Course of Instruction for six (6) studentsfor 5 days from 12-16 March 2012. COI shall be in accordance with the attached Section C. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." CLIN 0002 Vehicle/Marine/Equipment Acquisition Course of Instruction Contractor shall provide a Vehicle/Marine/Equipment Acquisition Course of Instruction for eight (8) students for 5 days from 04-08 June 2012. COI shall be in accordance with the attached Section C. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." Course of Instruction: Contractor shall provide two master entry instructors (mechanics) as part of this acquisition course. The master mechanical instructors will provide advanced vehicle/marine/ industrial equipment entry applications as well as standard entry. The instructors must have extensive experience with government and law enforcement agencies and also must be considered experts in their fields of training, both in technical knowledge and practical usage. Instructors must be ASE Certified and familiarized with the latest locks and ignition systems Training objectives include: - Identify the types of vehicles and the best means to enter the vehicle using non-destructive means. - The contractor shall provide a course of instruction that covers the various components of an engine, transponder key and how they relate to vehicle acquisition. - The contractor shall provide a course of instruction that will teach the students on the various types of ignition systems and steering locks and how to defeat/bypass them. Various door locks, steering wheels and ignition lock assemblies are to be used in classroom exercises, followed by realistic outside scenarios in populated areas. - Ability to enter and defeat audible alarms and security systems. - The contractor shall provide a course of instruction that will teach various methods of entry into transponder running vehicles, 1997 models to the present. - The contractor shall identify Transponder key vehicle acquisition methods to be taught, this will be evaluated as part of the contractor's proposal. - The contractor shall provide a course of instruction that will teach the use of tools to enter various vehicles and equipment in real world scenarios. - The contractor's course of instruction shall cover a both foreign and domestic vehicles to include transponder running and non-transponder running vehicles. inboard/outboard marine equipmen to include an oceangoing vessel. Idustrial equipment shall include but not limited to forklift, dump truck etc. - The contractor's course of instruction shall include the field fabrication of assorted auto entry tools and their practical use. -The contractor's course of instruction shall include practical exercise in hot wiring, marine defeat methods. Government-Furnished Equipment (GFE): Students will bring personal clothing and sunglasses or glasses for course of instruction. Contractor-Furnished Equipment (CFE): In addition, contractor must provide handbooks, instructional material, and all entry tools for the training. (6 kits for Clin 0001 and 8 kits for Clin 0002) Place of Performance: 50 miles radius of New Orleans, Louisiana or the contractor's facility. CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 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 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.247-29 F.o.b Origin Feb 2006 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A Sep 2007 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 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 (Feb 2012) (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, Schedule, Past Performance, and price. Government will award this contract based on best value to the government (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 (Apr 2011) - Alternate 1 Feb 2012 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 Clauses Apr 1984 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. 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: Tina Ford Contract Specialist 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2865 Fax: 757-893-2957 Email address: tina.ford@vb.socom.mil SOFARS 5652.232-9003 Paying Office Instructions (2005) (a) The Primary Contracting Office Payment Point of Contract for this contract is: Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; anthony.witherspoon@vb.socom.mil, Phone (757)893-2720 or Contstance Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; constance.hayes@vb.socom.mil, Phone (757)-893-2717 (b) Payment will be made by the office designated in Block 12 of Standarad Form 26, Block 25 on Standard Form 33, Block 15 on DD Form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be received no later than 11:00 a.m. Eastern Standard Time (EST) on Wednesday, March 7, 2012. the offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes received after this time frame shall not be considered for award. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0104/listing.html)
 
Place of Performance
Address: New Orleans, Louisiana, United States
 
Record
SN02683872-W 20120229/120227234937-6457308906c487a54584e1271652fcae (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.