Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2005 FBO #1201
MODIFICATION

U -- Tactical Driving Training

Notice Date
3/9/2005
 
Notice Type
Modification
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0018
 
Response Due
3/14/2005
 
Archive Date
3/29/2005
 
Point of Contact
Barbara Bowles, Contracting Officer, Phone 910-432-8598, Fax 910-432-9345, - Barbara Bowles, Contracting Officer, Phone 910-432-8598, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil, bowlesb@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 002: The purpose of this amendment is to answer additional vendor questions. The date for receipt of quotes is NOT extended. QUESTION 1. What level of mobile maintenance support will be provided by the government? ANSWER 1. 10-20 Level Mechanics QUESTION 2. Will that maintenance slice (read: Quadcons) require contractor support for movement to/from the training sites? ANSWER 2. No QUESTION 3. Will each class bring their own HMMWVs, or will the same initial set be used by each class? ANSWER 3. This will depend on the site location and nearest military installation. QUESTION 4. If the government HMMWVs are left for each class, will the government be providing a ?stay-behind? maintenance/security detachment? ANSWER 4. No QUESTION 5. Will the students be bringing their T/O weapons? Will there any requirement for live fire? If not live fire, is there a requirement for blanks or pyrotechnics? ANSWER 5. Please refer to the statement of work. There is no requirement for live fire exercises. QUESTION 6. Will the HMMWVs be complete with crew served weapons? If so, what type weapons? ANSWER 6. No. Please refer to Amendment 001, Question 7. QUESTION 7. Will the units be providing liaison parties in advance of each class arrival? If so, how many personnel and for what duration? ANSWER 7. Yes, a two-man advanced party will be on site 3 days prior to training. QUESTION 8. Does the class size of 12-24 represent minimum and maximum or average size? ANSWER 8. The class size is based on 1 or 2 ODA?s attending training. 1 ODA=12 students, 2 ODA=24 students. QUESTION 9. Does the 14 training day window include arrival and departure days? ANSWER 9. No, the students will arrive one day prior to training and depart one day after training. QUESTION 10. What is the government provided HMMWV to student ratio? ANSWER 10. Please refer to Amendment 001, Question 7. SOLICITATION: The US Army Special Operations Command, Fort Bragg, North Carolina has a training requirement for Off Road Tactical Vehicle Employment/Operation in the HMMWV in accordance with the Statement of Work herein. 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 H92239-05-T-0018. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-26. 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 611692. Size Standard is $6M. This requirement is 100% set aside for small business. REQUIREMENT: Off Road Tactical Vehicle Employment/Operation in the HMMWV 1.0. Scope: The contractor shall provide all instructors, training areas, and supplies not otherwise identified as Government-supplied required to train 24 students per class for a total of 144 students through off road tactical HMMWV operators training, in a desert and high arid mountain environment. 2.0. Training Requirements: 2.1. Course shall include a minimum of 56 hours HMMWV Basic Level Operator and Employment training with an introduction to field repair. Training shall include all basic HWWMV operation and employment skills, hide site selection and priorities of work, vehicle pre and post operation inspection and repair, long-range navigation and limited visibility operations. 2.2. Course shall include a minimum of 48 hours Advanced HMMWV Operators training focusing on developing related crew tasks to mounted patrolling. This training shall include unassisted and assisted recovery, night tactical recovery, aided obstacle negotiation, counter pursuit, extensive night vision, extreme trail navigation and tactical formation work. 2.3. Course shall include a minimum 20 hours of patrol planning skills which will enabling students to effectively determine vehicle roles and function, courses of action, planning extended patrols, contingencies for quick reaction forces, combat loads, ranges and communications. 2.4. Contractor shall provide training in assisted obstacle navigation and recovery equipment during classes for exposure and use by students. 2.5. Training shall conclude with an extended trail navigation event planned and executed by the students with contractor mentoring. All training will be completed in 14 days. 2.6. Training Hours: The training day shall begin no later than 0900 daily and cease when complete. Contractor has latitude to adjust start times if agreed to the Government. The 128 hours of training shall be completed in 14 days. One to two days may be scheduled as non-training days. 3.0. Period of Performance: Training window shall begin in March 2005 with monthly classes of 12 ? 24 students, resulting in all soldiers trained by 31 October 2005. The Government agrees to coordinate training with a 30-day notice to the Contractor. Scheduling flexibility is essential to meeting the Government?s requirement. 4.0. Location and facilities: The training site shall be within the continental United States. Training site shall be within 50 miles of available billeting and an airstrip suitable for military transport aircraft up to a C-17. Training site shall be suitable to conduct long distance off road movements in a high desert environment with additional training high arid mountainous area for extreme trail navigation. Contractor shall supply a classroom facility suitable to train 24 students per class with desks, chairs, heat/AC, and latrines. The Government will provide transportation to and from training location, vehicles, individual equipment, billeting, and meals. 5.0. Government Provided Equipment: The Government will provide transportation to and from the training site, HMMWVs, recovery kits, maintenance packages, Night vision goggles, radios, one hand held Global Positioning System per vehicle, and meals/water for the length of the training event. 6.0. Maintenance of equipment: Contractor is responsible for all maintenance and repair of contractor provided equipment, and facilities. Contractor is responsible for ensuring that such maintenance and repairs does not prohibit completion of all course requirements. 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 training objectives, and (2) documented corporate technical experience in conducting the requested training. To be technically acceptable, the submitting bidder shall demonstrate recent experience and institutional knowledge in SOF tactical vehicle training and a long distance off road training in a HMMWV. Contractors shall submit a proposed POI to accomplish this training. At a minimum include a description of the Terminal Learning Objectives, Method of Instruction, instructor to student ratios, 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. To be considered for award, the contractor shall be have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov ) 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: 52.204-7 Central Contractor Registration ; 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 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-41 Service Contract Act Of 1965, As Amended; 252.204-7004, Central Contractor Registration, Alt A; 252.232-7003 Electronic Submission Of Payment Requests; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 12:00 p.m. ET, 14 March 2005. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bowlesb@soc.mil, however, it is the contractor?s responsibility to ensure that e-mail submissions are received by the contracting officer. DO NOT SEND DUPLICATE SUBMISSIONS. 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. 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. Barbara Bowles, Contract Specialist at (910) 432-8598, e-mail bowlesb@soc.mil.
 
Place of Performance
Address: US Army Special Operations Command, Fort Bragg, NC
Zip Code: 28310
 
Record
SN00765846-W 20050311/050309212527 (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 |
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.