Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOLICITATION NOTICE

U -- High Risk Driving & Force Protection Training - RFQ Cover Sheet - RFQ - Statement of Work

Notice Date
1/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-15-Q-0050
 
Archive Date
3/3/2015
 
Point of Contact
Nicholas Stanke, Phone: 910-440-0774
 
E-Mail Address
nicholas.stanke@socom.mil
(nicholas.stanke@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW RFQ RFQ Cover Sheet Combined Synopsis/Solicitation (High Risk Driving & Force Protection 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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation # H92257-15-Q-0050 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-78, Effective December 26, 2014. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 611692. The Standard Industrial Classification Code (SIC) for this order is 8299. The small business size standard is $7.5 million. The Product Service Code (PSC) for this order is U014. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This contract will be based on Best Value. Contract Financing will NOT be provided for this acquisition. CLIN 0001 - High Risk Driving Training / Force Protection Quantity: 14 Students Period of Performance: 9-27 March 2015 The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through System for Award management www.SAM.gov. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quoter, shall result in a binding contract without further action by either party. Before the quoter's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) Provision 52.212-2, Evaluation-Commercial items, applies to this acquisition. Paragraph (a) of this provision is hereby replaced with the following: Award will be made to the low, responsive, responsible quoter meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standard are: (1) Technical capability of the items quoted to meet the Government requirement -All vendors shall submit a day-by-day course breakdown of all covered courses. -Detailed resumes on all key instructors. -All vendors shall submit information on their vehicle fleet that will be utilized under this contract. -All vendors shall submit diagrams/layouts of their training facilities/courses. -Meet all technical requires in the Statement of Work. (2) Location -Limited to the continental United States. -Distance from Marine Corps Base Camp Lejeune, NC. (3) Past Performance -Vendor shall submit three (3) references from similar work performance that can provide favorable past performance feedback. If the Government is unable to contact the past performance points of contact after a reasonable amount of attempts; that quoter may be disqualified from competition. Failure to submit past performance reference may deem your quote unresponsive. Vendors are required to register or update their registration on the Central Contractor Registration website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes are submitted *** Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. Failure to provide this information may result in your quote being considered unresponsive. Questions are due by Monday, 9 February 2015 at 12:00 (noon) EST. Direct all questions via Email to Nicholas.Stanke@socom.mil. Responses to questions will be posted to www.FBO.gov no later than Wednesday, 11 February 2015 at 12:00 (noon) EST. Late questions will not be considered. Quotes will be accepted via email Attn: GySgt Nicholas Stanke at Nicholas.Stanke@socom.mil only. All quotes are due by Monday, 16 November 201 at 12:00 (noon) EST. Late submissions will not be considered. The burden of insuring the Contractor's quotes are received by this office, within the stated timeframe, is the responsibility of the Vendor. Please submit your quotations via any method listed below: E-mail For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Quoters are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(c), concerning late submissions. Quoters are responsible for allowing adequate time for transmission to be completed. The quoter bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-15-Q-0050/listing.html)
 
Record
SN03629422-W 20150201/150130234742-fc2fe75ca918689039532677b99ca931 (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.