Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

U -- RFQ 0279128 INSTRUCTOR

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ0279128
 
Response Due
5/17/2007
 
Archive Date
6/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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. Request for Quotation (RFQ) Number 0279128 is assigned. This requirement is being conducted as a Small Business Set Aside. All incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-16. The NAICs code is 611692 and the size standard is $6.5M. The solicitation will be distributed solely through the Federal Business Opportunities web site http://fedbizops.gov. All future information about this acquisition, including solicitation amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. The Federal Bureau of Investigation (FBI) requires the services of one (1) Tactical Emergency Vehicle Operations Instructor. The FBI intends to award a Fixed Price Indefinite Delivery/Indefinite Quantity/ Labor Hour type contract. There will be a base year and four, one year options. Offeror shall quote fixed pricing for the base years and option year(s). The FBI will provide all necessary classroom/range facilities, vehicles and uniforms required for the performance of the contract. The dates of training will be provided to the Offeror with a minimum of 14 days advance notification. Tactical Emergency Vehicle Operation Center Training requirements: Proper dress and grooming reflecting the professional nature of the program. The Offeror is required to administer the full course of Tactical Emergency Vehicle Operation training through platform based training and actual demonstrations. The following four skill set requirements comprise the curriculum: (1) Fundamental Driving Skills Instructor shall: (a) clearly and concisely explain to entry level law enforcement personnel such driving concepts as: High Visual Horizon, Vehicle Dynamics, Vehicular Platform Stability, and Line of Sight Driving; (b) recognize and correct deficiencies in trainee performance; (c) provide technical evaluation and documentation of student performance, and provide input to supervisory personnel when supervisory intervention is needed; written evaluations are documented on standard TEVOC forms for each exercise; (d) flawlessly perform demonstrations in advanced driving skills, including (but not limited to) high speed cornering techniques, trail braking, threshold braking, skid control techniques, and high speed backing in exercises such as the Serpentine (Slalom), Emergency Braking, Precision Backing, SkidCar (platform) training, High Speed Turns, and the Precision Obstacle Course. (2)Advanced Surveillance Driving Skills: Instructor shall: (a) be well versed in issues relating to distracted driving as measured by the Surveillance Observation Drive (SOD); (b) be conversant in issues relating to close quarters and urban driving as measured in the Close Quarter Drive (CQD); (c) be knowledgeable in matters relating to law enforcement surveillance and counter surveillance. (3) Advanced Counterterrorism and Tactical Driving Skills Instructor shall: (a) lead training in the execution of the Pursuit Immobilization Technique (PIT) and its counter measures, and flawlessly demonstrate same; (b) be knowledgeable of vehicle contact drills, such as one inch exercises and ramming techniques; (c) have detailed knowledge regarding attack recognition, avoidance and counter measures, to include passenger side driving; (d) be conversant in vehicle armoring (the various threat level types) and the vehicle dynamics issues that arise with armoring; (e) have a working knowledge of vehicular personal safety measures (both terrorist and street crime), executive/dignitary protection measures, and convoy security measures. (4) Off Road/Four Wheel Drive Skills: Instructor shall: (a) have a detailed knowledge of the capabilities of a range of four wheel drive and sport utility vehicles, from the Jeep Wrangler to the military Hummer; (b) be conversant in the characteristics of driving on various terrains, to include sand, soil and rocks; (c) shall have knowledge of extrication techniques involving tow straps, chains, winches and jacks. The Offeror shall, within 60 days after contract work commences, become familiar with the FBI Training Division policies relevant to TEVOC instruction, TEVOC standard operating procedures and applicable state and federal laws. The Offeror shall meet or exceed the TEVOC Certification Standards within 6 months after contract work commences, and shall meet or exceed said standards on a yearly basis. The TEVOC Certification Standards are: Level I Standard: (1) In a Crown Victoria Police Interceptor, achievement of a 95% on 3 of 4 successive runs in the Precision Backing Exercise using the standard TEVOC scoring system. (2) In a Ford Crown Victoria Police Interceptor, achievement of a 95% on 3 of 4 successive runs in the Precision Obstacle Course using the standard TEVOC scoring system. (3) In a police package Chevrolet Impala, achievement of a 95% on 3 of 4 successive runs on the High Speed Road Course (Day) using the standard TEVOC scoring system. (4) In a police package Chevrolet Impala, achievement of a 95% on 3 of 4 successive runs on the High Speed Road Course (Night) using the standard TEVOC scoring system. Level II Standards (1) In a SkidCar, achievement of a passing score in the Skid Avoidance Course using the standard TEVOC scoring system. (2) In a Chevrolet Lumina, achievement of a 75% on the Surveillance Observation Drive (SOD) using the standard TEVOC scoring system. (3) In a Chevrolet Lumina, achievement of a 95% in 2 of 3 successive runs in the Close Quarters Drive (CQD) using the standard TEVOC scoring system. Place of Performance: On site at the FBI Academy Tactical and Emergency Vehicle Operations Center, Quantico (Stafford County), Virginia. The Offeror must meet the following minimum qualifications required for a Tactical Emergency Vehicle Operations Center (TEVOC) instructor: United States Citizen; Possess a valid drivers license for the state of residence; Capable of being awarded a Top Secret Security Clearance by the Federal Government; Police Instructor Certification; Successful completion of a counter terrorism driving course which covers issues involving route analysis, surveillance detection, personal security, executive/dignitary and convoy protection, attack recognition avoidance and vehicle counter measures; Pursuit Immobilization Technique (PIT) Certification; 3-years experience in training law enforcement and/or military personnel in tactical and emergency vehicle operations; Successful completion of an off-road/four wheel drive driving course; Specific subject matter expertise in each of the four skill sets described above. Offeror shall submit documentation to support minimum requirements stated above, such as diplomas, license(s) and certification card(s). Requirements which cannot be proven via the above, shall be documented in written format, providing a synopsis of the Offerors compliance. Offerors resume not to exceed three type written pages. The following clauses and provisions are incorporated by reference and apply to the acquisition and can be found at www.acqnet.gov. 52.204-2 Security Requirements (Aug 1996); 52.212-1 Instruction to Offerors Commercial Items (Sept 2006) Add: (b) Past Performance: The Offeror shall provide a list of three, similar contracts or subcontracts held within the last five years which are of a similar scope, magnitude and complexity to that which is detailed in this solicitation. The Offeror shall use the past performance form (under separate attachment with this notice). The Offeror shall provide a copy of the form to the clients provided in the list of previous and current contracts, with clear instructions to have the clients fax the completed forms directly to Mrs. Margaret D. Einspahr, Contracting Officer, by e-mail or fax, no later than May 9, 2007, 2:00 pm. E-mail: meinspahr@fbiacademy.edu; fax: (703) 632-6103. Modify (c) Period of Acceptance for offers: the Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for the receipt of offers. 52.212-2 Evaluation-Commercial Items (Jan 1999) The following factors shall be used to evaluate offers: (1) Technical capability to meet the Governments requirements; (2) Past Performance; (3) Price Technical and past performance, when combined, is greater than price. 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006); 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007) (a); (b) 5; 7; 14; 15; 16; 17; 18; 19; 20; 21; 32; (d); 52.216-28 Ordering (Oct 1995) Add: date of award through 12 months; 52.216-19 Order Limitations (Oct 1995) Add: a) Minimum Order: $50.00; b) Maximum Order 1) 2,000 per contract period; 2) 2,000 hours per contract period; or 3) five days; d) 3-days after issuance; 52.216-22 Indefinite Quantity (Oct 1995) Add: 30 days from contract expiration. Minimum: 750 hours; Maximum: 10,400 hours; 52.217-4 Evaluation of Options Exercised at the Time of Contract Award (June 1998); 52.217-8 Option to Extend Services (Nov 1999: Add: 30-days; 52.217-9; Option to Extend the Term of the Contract (Mar 2000) Add a) 30 days; b) 60 days; c) 60 months; 52.232-19 Availability of Funds (Apr 1984) 1) September 30, 2007; 2) September 30, 2007; 52.228-5 Insurance Work On A Government Installation (Jan 1997) add a) Bodily Injury $200,000.00 per person; $500,000.00 each occurrence; 2) Property Damage Liability: $50,000.00; 52.233-3 Protest After Award (Aug 1986). The Department of Justice (DOJ) Acquisition Regulations (JAR) clauses included by reference: 2852.233-70 Protest After Award (Jan 1998); and 2852.201-70 Contracting Officers Technical Representative (COTR) (Jan 1985). JAR Clauses are located at www.doj.gov. NOTE: Clauses incorporated into the contract in full text are provided as an attachment to this notice. It is the Offerors responsibility to read the clauses incorporated and follow any instructions listed therein. Offerors are advised that the Government reserves the right to award this contract without discussion, and should price their offer accordingly. Contractor must provide documentation, which demonstrates the knowledge and experience required as described above. Qualified Offerors may be required to present a platform based teaching demonstration and a demonstration of tactical emergency vehicle operation and control techniques, each lasting no more than 1-hour in length. Please note: All Offerors must be registered with the ONLINE Representations and Certifications Application (ORCA) website at http://orcan.bpn.gov or must provide a completed copy of 52.212-3 with their quote All Offerors shall be registered in the Department of Defense Central Contractor Registration (CCR) database, per 52.204-7 (Oct 2003), prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Quotations are due May 17, 2007, at 2:00 pm DST, to the Quantico Contracts Unit, Attn.: Margaret Einspahr, at fax number (703) 632-6103, or electronically to meinspahr@fbiacademy.edu. Only quotations submitted as fax or e-mail as listed above will be accepted. All responsible Offerors may submit a quotation, which, if timely received, shall be considered by this agency.
 
Place of Performance
Address: Quantico, VA
Zip Code: 22135
Country: UNITED STATES
 
Record
SN01285729-W 20070504/070502221844 (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.