Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2004 FBO #1075
SOLICITATION NOTICE

U -- TECHNICAL SURVEILLANCE TRAINING

Notice Date
11/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92236-05-Q2007
 
Response Due
11/15/2004
 
Archive Date
11/30/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation number, H92236-05-Q-2007 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 effective 5 Oct 2004. This procurement is 100% set aside for small business. All responses from responsible sources will be fully considered. This procurement has a NAIC Code 611710 and small business size standard is 500 employees. This synopsis/solicitation is for a COMMERICAL item. This procurement is for Technical Surveillance Training. Anticipated start date is 29 Nov 04. Training will be conducted in Phases from 29 Nov 04 through 9 Jan 05, a total of 12 days of training. Schedule will be coordinated in writing between the end user and contractor. *** BEGIN PERFORMANCE OF WORK STATEMENT (PWS)***. Submitted proposals will be evaluated based on the following: GENERAL: The contractor shall provide all personnel and services necessary to perform Special Operations technical surveillance training. Training shall be conducted at a site approved by the Government. Training shall include but not limited to various types of technical and video surveillance methods and procedures. The contractor shall provide technical surveillance instructors to conduct courses. The Contractor?s technical surveillance instructor(s) shall provide specific technical surveillance classroom instruction, including weekends, federal holidays, and scheduled shutdown days. Develop technical surveillance curriculum to include (but not limited to), vehicle entry and acquisition, Latch board and Dual Tone Multi Frequency (DTMF) board training to support vehicle entry and acquisition, technical surveillance tactics, techniques and procedures (TTP) utilizing practical hands on training. Contractor shall provide safe and comfortable training environment for up to 24 students to include (but not limited to) Classroom with electronic workstations and tools for building circuit boards and micro electronic devices. Classroom for advanced vehicle radio install and steering column repair instruction. Contractor shall have at least three (3) vehicle scrap yards for students to investigate various vehicles wiring harnesses and steering column configurations. Access to commercial fishing vessel and recreational boats for students to familiarize and dismantle electrical system and boat charging system. END PERFORMANCE WORK STATEMENT***. Quotes shall provide sufficient detail of proposed training program to allow the Government to make a best value determination. This Request for Quote is anticipated to result in a Firm Fixed Price (FFP) contract. The provisions at FAR 52.212-1 (Jan 2004), Instructions to Offerors-Commercial Items are hereby incorporated by reference. Solicitation Provision FAR 52.212-2 (Jan 1999), Evaluation Commercial Items, is hereby incorporated, the evaluation factors are technical, price, and past performance. The government will make a determination of best value based on the evaluation factors cited. Contractors shall submit a complete copy of the provision at 52.212-3 (May 2004), Offerors Representations and Certifications Commercial Items, with their quote. Clause 52.212-4 (Oct 2003), Contract Terms and. Conditions Commercial Items, is hereby incorporated by reference. Clause 52.212-5 (Oct 2003), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2004) is hereby incorporated by reference, as well as the following clauses cited in the clauses which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 5212, Buy American Act Balance of Payment Program. Additionally, the following clauses are applicable to this solicitation, DFARS 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 52.203-7004, Required Central Contractor Registration, 252.225-7000 Buy American Act Balance of Payment Program Certificate, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7002, Qualifying Country Sources as Subcontractors. Questions pertaining to this solicitation must be submitted in writing and may be faxed to Connie Burgess at 9102430249. Signed and dated quotes referencing the RFQ number H92236-05-Q2007, must be submitted, no later than 10:00 am, 15 Nov 2004 to Connie Burgess. The quote must provide sufficient detail on the proposed item to allow the government to make a best value determination. Proposal shall include vendors Cage Code, Dunn and Bradstreet Number (DUN) and Tax Identification Number (TIN). Should industry have any questions, please contact Connie Burgess at burgessc@jdi.army.mil. Proposals shall be submitted on company letterhead and sent to the attention of Connie Burgess, USSOCOM Regional Contracts Office, Bldg 3-1947, Pope AFB, NC 28308, by fax (9102431345) or by email burgessc@jdi.army.mil, and received Not Later Than 10:00 am, 15 Nov 04. Vendors shall submit Past Performance Information to include Contract Number, Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical capability shall be evaluated by how well the proposed services meet the Government requirement. The proposed offeror must be registered in the Central Contractor Registration (CCR) website at http://www.ccr.gov.
 
Place of Performance
Address: POPE AFB NC
Zip Code: 28308
Country: USA
 
Record
SN00703456-W 20041105/041103212324 (fbodaily.com)
 
Source
FedBizOpps.gov 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.