SOLICITATION NOTICE
U -- Provide Training for the Hummer Accelerated Course
- Notice Date
- 6/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-04-T-0035
- Response Due
- 6/24/2004
- Archive Date
- 7/9/2004
- Point of Contact
- Ella Porter, Contract Specialist, Phone 910-432-1503, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
- E-Mail Address
-
portere@soc.mil, glasska@soc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for training in the Accelerated Hummer Course in preparation for future combat deployments in support of Operation Enduring Freedom. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-04-T-0035. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-23. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 611699. Size Standard is $6M. This requirement is 100% set aside for small business. REQUIREMENT: 1. Scope. The Contractor shall provide all services necessary to provide Accelerated Hummer Training Courses. 2. Tasks. A. Course Description: A 5-day Accelerated Hummer course with training focused on enhancing the survivability of the operator while engaged in SOF operations in both urban and rural environments. The government anticipates a course that will consist of 100% practical exercise(s). The Government?s minimum requirement is one instructor per vehicle(minimum of 4 instructors per class). B. Course Objectives: At the completion of the course each student will have the requisite skills as indicated below in the Ground Mobility Vehicle (GMV), M1113. 1. Vehicle Dynamics: Practical exercise outlying the vehicles capabilities. (hands on) 2. HMMWV Operating Systems: Practical exercise concentrating on the GMV M1113. 3. Brake Throttle Modulation: Practical exercise involving traversing over boulders/rocks, or any other wheel spinning situation giving personnel the necessary confidence to negotiate these types of obstacles. 4. Field Fixes, and parts/tools needed for repair Battle Damage Assessment Repair(BDAR): Practical exercise concentrating on the GMV M1113. 5. Winching techniques and vehicle recovery: Practical exercise concentrating on the GMV M1113. Self-recovery and vehicle-to-vehicle recovery techniques. 6. Steep hills ascend/descend: Practical exercise involving negotiating steep hills, giving personnel the necessary confidence to negotiate this type of obstacle. 7. Uneven surface navigation: Practical exercise involving negotiating uneven surfaces, giving personnel the necessary confidence to negotiate this type of obstacle. 8. Tires and traction considerations: Practical exercise teaching the techniques and the considerations needed to plan for different routes. 9. Rock crawling techniques: A more advanced culminating practical exercise involving the above mentioned (Brake Throttle Modulation, Winching, Steep Hills, Uneven Surface, Tires and Traction). 10. Route planning: Determine fast, safe and dependable routes to include alternate routes, choke points and danger areas. 11. Night Vision Goggle (NVG) driving: Practicle exercise teaching techniques and lessons learned. 12. Cornering techniques: Practical exercise both Hard packed surface and off road situations. 13. Proper braking: Practical exercise both Hard packed surface and off road situations. 14. Evasive/Escape driving techniques: Practical exercise both Hard packed surface and off road situations. 3. DELIVERABLES: A. QUANTITY. Provide total of 36 slots/seats in the prescribed courses (Para 2, above) as indicated in Para B. Schedule below. B. SCHEDULE. The Government requires that the iteration of training be executed with the indicated amount of training slots during the period of 15-31 July: CLIN 0001 ? 12 training slots CLIN 0002 - 12 training slots CLIN 0003 ? 12 training slots C. PRICE. Price proposal shall include travel for contractors. 4. RECOMMENDED CONTRACTOR FURNISHED EQUIPMENT. The government suggested listing of equipment includes but is not limited to: Student handouts 5. GOVERNMENT-FURNISHED SUPPORT. The government shall provide the following: A. Vehicles, Ground Mobility Vehicle (GMV) M1113, four (4) each will be provided by the Government for training. B. Equipment. The government will provide all organic equipment required for training. C. The Government will provide meals and lodging for the contractor at Oragrande Base camp on White Sands Missile Range, New Mexico. The meals will be provided in the camp dining facility and lodging in the barracks. 6. LOCATION OF TRAINING: Training shall be conducted at the government-provided training facility, White Sands Missile Range, New Mexico. 7. CONTROL PROCEDURES. Designated attendees at the prescribed course will produce After Action Reviews (AARs) at the completion of each iteration of training. These AARs will be provided to the Contracting Officer for submission to the Contractor for implementation into subsequent iterations of training to be provided under this contract. The Contractor shall notify the Contracting Officer in writing as to whether the recommendations are feasible IAW the aforementioned course description, subject material and budget. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical Acceptability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the required program schedule, and (2) documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting bidder shall demonstrate recent experience in the requested training and shall provide past performance information. Contractors shall submit a proposed POI to accomplish this training. At a minimum include a description of the Terminal Learning Objectives, Method of instruction, and Course schedule and their Safety Record for the last 2 years. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. Technical acceptability will be determined by the government during technical review. Contractor?s proposal shall include a detailed POI. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 and 52.222-42, Instructor, Series 29160, Grade GS9/1, $19.38 per hour; 52.204-0007, Central Contractor Registration. Additionally, DFARS 252.212-7001 (Deviation). Wage Determination No. 1994-2511 Rev No. 24 dated 27 May 2004 is applicable to this solicitation and the subsequent Purchase Order. This determination may be located at the following website www.wdol.gov. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 24 June 2004. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at portere@soc.mil. It is the contractor?s responsibility to ensure that proposals are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 18 June 2004. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil.
- Place of Performance
- Address: WHITE SANDS MISSLE RANGE, NEW MEXICO
- Country: US
- Country: US
- Record
- SN00602259-W 20040612/040610212828 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |