Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

U -- CRASH REDUCTION DRIVER TRAINING

Notice Date
7/31/2012
 
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
M6700112Q0280
 
Response Due
8/3/2012
 
Archive Date
8/18/2012
 
Point of Contact
GLENN MAYBERRY 910-451-1707
 
E-Mail Address
GLENN.MAYBERRY@USMC.MIL
(GLENN.MAYBERRY@USMC.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for non-personal services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. The solicitation number M6700110Q0280 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and DFAR Change Notice 20100623. This proposed acquisition is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 611692 and the small business size standard is $7.0M. The Government intends to issue a single award to the lowest price technically acceptable offer, with a satisfactory record of past performance. Line Item #0001: Contractor shall provide a Crash Reduction Driver Training (CRDT). This course shall include but is not limited to disciplined attention, vehicle dynamics, crash prevention formula and defensive driving attitudes. The student shall receive both classroom and one-to-one instructions from qualified instructors. This course will conduct this training through lecture, demonstration and practical exercises designed to improve the students ™ awareness and skill level of driving a motor vehicle. The CRDT shall include a disciplined attention (texting, cell phone usage, alcohol) road course that shall have an instructor riding in the right front passenger seat with the student to give them instant feedback for immediate progress to improve their driving. Contractor shall deliver ten four-hour CRDTs during a five day period to be scheduled and conducted in a period from September 2012 through September 2013. Each four-hour class shall consist of a maximum 15 students and the target audience is high- and medium-risk Marines (E-5 and below and ages 18-25 years old). The course shall assess students while driving during multi-tasking and divided attention exercises. These students shall be fully challenged by ride-along instructors and courses that are a direct result of mishap/crash data for active duty military personnel that will be obtained from the Naval Safety Center and the DMV. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation ”Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items. Applicable clauses cited in 52.212-5 are: FAR 52.219-6 Notice of Total Small Business Set-Aside; 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 52-232-33 Payment by Electronic Fund Transfer; FAR 52.222-41 Service Contract Act. FAR 52.212-4 Contract Terms and Conditions “ Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.217-8 Otion to Extend Services; FAR 52.217-9 Option to Extend the Terms of the Contract; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7004AltA Central Contractor Registration; FAR 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commercial Items; FAR 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quoters are to include a completed copy of the provision at 52.212-3 śOfferor Representations and Certifications “ Commercial Items ť with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Federal Tax ID Number, Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-938-6785. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The evaluation factors that will be used to determine award are Technical Capability, Past Performance, and Price. The following information shall be included in the quote: 1) Technical Capability “ a brief narrative that demonstrates the quoter ™s ability to meet the requirement, to include the Student to Instructor Ratio, 2) Past Performance “ Quoters shall provide at least three (3) relevant past performance references with their quote. Reference information shall include agency name, contract number, dollar amount, point of contact (include phone number), for which your firm has provided the same or similar services or supplies. Firms without a record of relevant past performance will receive a rating that is neither acceptable nor unacceptable; 3) Completed clause 52.212-3 (ORCA); and 4) Price. The closing date for this solicitation is 3 Aug 2012 at 4:00 PM EST. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quote, certificates, and questions to GLENN.MAYBERRY@USMC.MIL or fax to (910) 451-2193.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0280/listing.html)
 
Place of Performance
Address: 1ST YEAR - MCAS BEAUFORT SC, BEAUFORT, SC
Zip Code: 29904
 
Record
SN02821440-W 20120802/120731235942-b227880b3b802e5c229610cdee467ecf (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.