SOLICITATION NOTICE
U -- Diesel/Automotive Repair Technician Program - THX
- Notice Date
- 6/8/2022 7:39:30 AM
- Notice Type
- Solicitation
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15BFA022Q00000012
- Response Due
- 6/24/2022 2:00:00 PM
- Archive Date
- 09/01/2022
- Point of Contact
- LaShundra D. Thomas, Phone: 9723524529
- E-Mail Address
-
ldthomas@bop.gov
(ldthomas@bop.gov)
- Description
- Due to unforeseen circumstances, this solicitation has been extended for another two weeks.� The new deadline is June 22, 2022.� An amended solictation has been uploaded. The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX, intends to issue solicitation 15BFA022Q00000012 for the provision of Diesel/Automotive Repair Technician Program.� The contractor will provide the Diesel/Automotive Repair Technician Program at their designated facility that is no more than 20 miles from the Federal Correctional Complex, FCC Terre Haute located at 4200 Bureau Road North, Terre Haute, Indiana 47808. �The contract type is an indefinite delivery/requirements contract with firm-fixed unit price. The award will be made to the responsible vendor who submits the lowest quote to the Government. �The contractor shall provide college accreditation and non-personal instruction for a Diesel/Automotive Repair Technician program to inmates for the period from the effective contract award date through 12 months. The cost estimate is for the one-year contract with an option for four additional contract years. The contractor will be required to develop lesson plans and provide training to inmate workers. The rate for these services shall be on an hourly basis. The work week shall be no more than 30 hours per week. Services will be scheduled during the regular work week (Monday through Friday, excluding federal holidays). The contract shall be for a maximum of 1,410 sessions per year with an estimated total of 10 inmates attending the class per year.� A session is defined as 1 hour in length. Lesson plans will be submitted and approved by the Supervisor of Education and the Facilities Department manager. Training will include live work and instruction, hands-on work, group and individual learning experiences as required. The activities will be performed on a daily basis. ��Please see further details in the attached Statement of Work.� The base period of performance will be from October 1, 2022 to September 30, 2023 with 4 (four) 12-month option years in consecutive order, if exercised, at the Government�s unilateral right with a 6 month option period.� The solicitation will be available on or about May 10, 2022 and will be distributed solely through SAMs website (www.SAM.gov). �All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. Hard copies of the solicitation will not be available. �The website provides all downloading instructions to obtain a copy of the solicitation. �Faith-Based and Community-Based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. The anticipated date for receipt of quotes is on or about June 22, 2022. �No collect calls will be accepted.� No telephone request or written requests for the market survey will be accepted.� All quotes must be submitted via email to ldthomas@bop.gov.� If you have any questions, please send all correspondence to the aforementioned email.� Insert the clause FAR 52.204-13, System for Award Management Maintenance, in solicitations that contain the provision at 52.204-7, and resulting contracts. This clause requires all contractors doing business with the federal government after September 30, 2003, to be registered in the SAM database at www.sam.gov.� If you have any questions, please send all correspondence to the aforementioned email.� Please note: All contractors doing business with the Federal Government must be registered in the System For Award Management (SAM) database. The website for registration is https://www.sam.gov/portal/SAM/#1. The acquisition is unrestricted. The North American Industrial Classification (NAICS) code is 611210 with a small business size standard of $22 million.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9b744d36987f4eacbbe8f9b8946cf539/view)
- Place of Performance
- Address: Terre Haute, IN 47802, USA
- Zip Code: 47802
- Country: USA
- Zip Code: 47802
- Record
- SN06351354-F 20220610/220608230119 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |