SOLICITATION NOTICE
U -- Off Road Tactical Vehicle Employment/Operation in HMMWV Training
- Notice Date
- 1/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- WDSNTO633260200
- Response Due
- 1/16/2007
- Archive Date
- 1/31/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Off Road Tactical Vehicle Employment/Operation in HMMWV Training. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference Request for Quotation number WDSNTO633260200. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-14. It is the Contractors responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611699. Size Standard is $6.5M. This requirement is 100% set aside for small business. PERFORMANCE WORK STATEMENT 1. SCOPE: The contractor shall provide all instructors, training areas, and supplies not otherwise identified as Government furnished and required to train students for off road tactical vehicle employment/operation in HMMWV training in a desert and high arid mountain environment. 2. TASKS REQUIRED: a. Course Description: Training shall include all basic tactical HMMWV operation skills with training focused on enhancing the survivability of the operator while engaged in SOF operations. The government anticipates a course that will consist of 10 percent classroom instruction and 90 percent practical exercise(s). Class size shall not exceed 24 students. b. Course Objectives: At the completion of the course each student shall have the requisite skills as indicated below. (1) Basic Level Operator Maintenance of Vehicle (2) Training for Immediate Action Drills. Rollovers and Recovery. (3) Defensive Driving Techniques while driving a vehicle. Convoy Operations. (4) Brake/Throttle Modulation while driving a vehicle. Control vehicle at rate of speed over rough terrain. (5) Ascending and Descending Obstacles with a vehicle. Driving techniques of control over rough terrain. 3. TRAINING HOURS: The class shall not exceed 48 hours total training during a five day training period. Training shall be conducted during daylight hours with some nighttime training to facilitate night vision operations. 4. PERIOD OF PERFORMANCE: Training shall be conducted during 22-27 Jan and 5-9 February 2007. 5. CONTRACTOR PROVIDED EQUIPMENT: Contractor shall furnish a classroom facility suitable to train twenty four students per class with desks, chairs, heat, AC, and latrines. Contractor shall provide training in tactical fording operations and recovery equipment during classes for exposure and use by students. The Contractor is responsible for all maintenance and repair of contractor provided equipment and facilities. 6. GOVERNMENT FURNISHED EQUIPMENT: The Government will provide transportation to and from the training site, night vision goggles, radios, one hand held Global Positioning System per vehicle, HMMWVs, vehicle maintenance, fuel, PLL, spares, lodging and meals. All students will have a valid civilian drivers license. 7. LOCATION AND FACILITIES: The training site shall be within the continental United States. Training site shall be within fifty miles of available billeting and an airstrip suitable for military transport aircraft up to a C-17. Training site shall be suitable to conduct long distance off road movements in a desert and high arid mountain environment. 8. QUANTITY. Provide a total of 48 training slots in the prescribed courses in accordance with the targeted schedule listed in paragraph 4: CLIN 0001 48 training slots PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.203-3 Gratuities, 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capability, (2) price and (3) past performance. Technical capability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required program schedule and (2) documented corporate technical experience in conducting the requested training. To assist the Government in technical review, the contractors quote shall include the proposed plan and method of instruction, instructor to student ratios, course schedule, and safety record. To be technically acceptable, the submitting bidder shall demonstrate recent experience in the requested training and shall provide past performance information. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. Technical capability will be determined by the government during technical review. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and shall be included with the quote. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer, 52.204-7, Central Contractor Registration. Additionally, DFARS 252.212-7001 (Deviation) and 252.232-7003, Electronic Submission of Payment Requests, 5652.204-9002 Instructions for use of Electronic Contracts, 52.252-2 Clauses incorporated by reference and 52.252-6 Authorized Deviation in Clauses. The Service Contract Act is applicable to the resulting award. A regional determination may be located at the following website www.wdol.gov. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 10:00 a.m. EST, 16 January 2007. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at portere@soc.mil. It is the contractor?s responsibility to ensure that quotes are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) technical information, (3) past performance information to include name, address, and phone number of at least three references, and (4) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing to the contracting officer. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published at FedBizOpps, the same as this combined synopsis solicitation. The point of contact for this requirement is Ms. Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil.
- Place of Performance
- Address: United States
- Record
- SN01206694-W 20070108/070106220510 (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 |