SOLICITATION NOTICE
88 -- COMBAT TRACKING CANINE PROGRAM
- Notice Date
- 3/31/2008
- Notice Type
- Solicitation Notice
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-08-R-0053
- Response Due
- 4/7/2008
- Archive Date
- 6/6/2008
- Point of Contact
- Paula Kestler, 410-278-0710
- E-Mail Address
-
RDECOM Acquisition Center - Aberdeen
(paula.kestler@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with additional informat ion included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS codes for this action are 541990, 561612 and 812910. The combined synopsis/solicitation number is W91CRB-08-R-0053 The requirement is to develop and provide Combat Tracker Dog CTD training for teams and master trainers beginning on April 14, 2008. All canines and associated equipment must be in place NLT one week from commencement of contr act. The canine handler courses shall be 6 week courses and the Master Trainer courses shall be 9 week courses. The courses shall have 20 canine handlers and 2 Master Trainers each. The contractor must provide these goods and services in support of the Of fice of the Provost Marshal General OPMG for this effort for one year. To accommodate the demand and to ensure the quality of instruction the U.S. Army OPMG has determined the need to replicate a training program used by the United States Marine Corps for Combat Tracker Dogs, through the use of a qualified civilian contractor. The objective of this effort is to provide CTD Team training capability to counter the increased threat of enemy and terrorist forces using Improvised Explosive Devices IED, direct and indirect fire and sniper attacks. The contractor must provide a total of 65 trained Combat Tracker Dogs of which 60 dogs shall become property of the U.S. Government upon completion of training. Five dogs shall be held in reserve at the contractors f acility. If at anytime after completion of training and or during the period of performance a dog is deemed unfit for duty as determined by the Contracting Officer Technical Representative COTR, the COTR may direct the contractor to provide a reserve dog to replace the unfit dog. Each Combat Tracker Dog shall be capable of tracking a quarry until the scent dissipates. The contractor must provide all associated training aids for use during the training. The contractor must determine which training aids or tools will be needed by handlers for actual operational use, and the contractor must provide those training aids or tools to the Government so that they may become Government property. The contractor must be BATFE certified. The Government will supply al l canine handlers and canine Master Trainers to attend the courses. The contractor must be able to house all students as well as canines on site. The contractor must provide training support to include a combination of platform instruction and hands on t raining exercises. The contractor must develop lesson plans which follow the POIs and provide to the COTR no later than 10 days after contract award. The contractor must review and revise existing Training Support Packages TSP and identify deficiencies in the training materials. Revisions should be submitted to the COTR as needed. The contractor must provide CTD training expertise at the Government predeployment training center located at Yuma Proving Grounds YPG. The contractor must provide subject mat ter experts SMEs who will conduct refresher training as necessary and provide insight into special dog handling techniques as each training situation dictates. The course shall have a duration of no longer than three weeks to match the training event durat ion. The contractor is required to provide billeting, life support, and travel for all contractor personnel. The contractor must be able to supply all appropriate equipment for both canine and handlers, i.e. leads, collars, kennels, which will become Gov ernment property. The contractor must be able to supply medical records of canines in accordance of DoD policies. The contractor must submit attributable resum es of proposed trainers. The contractor must propose firm fixed-prices, breaking down the costs of the development of the training courses as well as the actual training of the canines and handlers. The provision at 52.212-1, Instructions to Offerors--Co mmercial, applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items applies to this acquisition. The Contracting Officer shall make a best value award decision based on the following evaluation factors: Price, past performance and delivery schedule. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acqu isition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: 52.219-14, Limitations on Subcont racting; 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity For Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action For Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, M ay 1999; 52,239-1, Privacy or Security Safeguards. A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at DFARS 252.225-7012 and 252.212-7001 appli es to this acquisition. Additional clauses that apply to this acquisition: 52.246-1, Contractor Inspection Requirements; 52.246-2, Inspection of Supplies-Fixed Price, 52.246-15 Certificate of Conformance, Apr 1984, 52.204-7 Required Central Contractor Reg istration, 252.204-7004 Required Central Contractor Registration. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses must be signed, dated and received by 4:00 PM EST April 7, 2 008 via fax at 410-306-3932 or email to paula.kestler@us.army.mil at the US Army RDECOM Acquisition Center, Directorate of Contracting, Attention: AMSRD-ACC-CS, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. E-mail or fax submissions ar e acceptable; however, do not send zip files, as they will be automatically deleted by our email server. Vendors who are not registered in the Central Contractor Registration CCR database prior to award will not be considered. Vendors may register with CC R by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this requirement may contact Paula Kestler, Contract Specialist, via email at paula.kestler@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAD05/W91CRB-08-R-0053/listing.html)
- Place of Performance
- Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01545739-F 20080402/080401073309 (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 |