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
SOLICITATION NOTICE

U -- Advanced Motorcycle Training

Notice Date
2/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0106
 
Response Due
3/6/2012
 
Archive Date
4/6/2012
 
Point of Contact
Mike Curley 910-451-1847
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION ADVANCED MOTORCYCLE TRAINING 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; proposals are being requested and a written solicitation will not be issued. Solicitation number M67001-12-Q-0106 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005 “53. This solicitation is a 100% small business set-aside. The associated NAICS code is 611692 and the small business size standard is $7.0 million. Pursuant to FAR 22.1006(a), this acquisition shall comply with the Service Contract Act of 1965. This acquisition is for a comprehensive, advanced motorcycle training program tailored towards improving the motorcycle riding skills of military personnel in real life scenarios. The contract requirements for these courses are outlined in the Statement of Work (SOW) as set forth on Attachment 1. CLIN 0001: Advanced Motorcycle Training (3 day course) 6 each; period of performance 9 March 2012 through 8 March 2013. The Government expects that each class will not be larger than 24 students. Option Year 1: CLIN 1001: Advanced Motorcycle Training (3 day course) 6 each; period of performance 9 March 2013 through 8 March 2014. The Government expects that each class will not be larger than 24 students. Option Year 2: CLIN 2001: Advanced Motorcycle Training (3 day course) 6 each; period of performance 9 March 2014 through 8 March 2015. The Government expects that each class will not be larger than 24 students. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical capability: Provide a brief narrative that includes Corporate Experience (See SOW for minimum requirements of instructors) and Course of Instruction that will be used (2) Past Performance: provide three past performance references (not more than 3 years old). Past performance references shall be similar to this requirement in scope and size. Include POC, contract number, period of performance, and contract amount. (3) Price: all pricing quoted shall be FOB Destination. The basis for award is best value. śBest value ť means the expected outcome of the acquisition that, in the Government ™s estimation, provides the greatest overall benefit in response to the requirement. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Capability: Experience and Course of Instruction (See SOW for minimum requirements of instructors) (2) Past Performance (3) Price. An offer will be considered unacceptable if evidence of technical capability and past performance are not met. Technical capability, past performance and price factors will all be considered of equal importance. This is in support of Marine Corps Base, Camp Lejeune, North Carolina 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil. Applicable clauses cited in FAR 52.212-5 are: FAR 52.204-10 Reporting Subcontract Award; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52-222.3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52-232-33 Payment by Electronic Fund Transfer; FAR 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contract); and 52.222-44 Fair Labor Standards Act and Service Contract-Price Adjustment Act FAR 52.247-34 F.O.B. Destination; DFARS 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 AltA Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. Applicable clauses cited in DFARS 252.211-7001: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; Wage Rate Determination : 15090- Technical Instructor $18.45/hr (No. 2005-2393 Dated 6/13/2011). Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. All the provisions and clauses can be found at FAR/DFAR website: https://farsite.hill.af.mil. Quoters are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes to Mike Curley, via email to michael.t.curley@usmc.mil or via facsimile (910) 451-2193. Quotes are due on 6 March 2012 by 8:00AM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0106/listing.html)
 
Record
SN02684173-W 20120229/120227235324-ee94cdcc06e1d0eeac34f65f693a9cf7 (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.