Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

U -- TRAINING

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-T-0009
 
Response Due
12/6/2006
 
Archive Date
12/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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. The solicitation number, H92244-07-T-0009 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-13 28 Sep 2006. This procurement is restricted to small business set aside. All responses from responsible sources will be fully considered. This procurement has a DPAS rating of DO. NAIC Code 611699 size standards $6.0. This synopsis/solicitation is for COMMERCIAL ITEMS. Training for the period 10 December 10 thru 15 December 2006 in Telluride, Co for 12 people, it consists of the following training: Classroom training, Nutrition/Hydration (6-8 hours), Climate Management- using the PCU, Mars or other Cold Weather Clothing System (6 hours), Hybrid Fitness- speed, power, Endurance, Post-acclimatization performance at High Altitude (25 hours), Terrain Familiarity-Movement, and the effects of Mountain Environment on individuals (4 hours + 1 day practical), High Altitude- Acclimatization, Avoidance and Treatment of High Altitude Illness (4 hours)Equipment Analysis-Individual Equipment Requirements for Specific Missions and Environments (3-15 hours), FIELD Training (ratio non-technical terrain 1:4, technical terrain 1:3, vertical terrain 1:2), Foundation: (includes: terrain Fam, Terrain Movement, Mountain Land Nav, Intro to Fixed Rope Installation and Ascent, Personal Climbing and Safety Equipment, Clothing Systems, Packing, Nutrition/Hydration, Relevant Fitness), Level I Climber (includes: terrain Fam, Terrain Movement, Anchor Systems and Protection, Lead Climbing on Rock, low/no light climbing, Aid Climbing, Steep Earth Climbing, Fixed Rope Installation and Ascent, Mountain Land Nav, Clothing Systems, Packing, Nutrition/Hydration, Relevant Fitness), Level II Climber (includes: terrain Analysis and Exploitation, Anchor Systems, Protection, Lead Climbing on Rock, Low/No light lead Climbing, Steep Earth Climbing, Short Roping, Fixed Rope Installation and Ascent, Risk Management, Mountain Land Nov, Time Planning, Clothing, Packing, Nutrition/Hydration, Relevant Fitness, Pedagogy), WINTER Mobility (includes: Terrain Fam, Winter Mobility (Skis, Snowshoes), Cold Weather Clothing and Survival Systems, Snow and Ice Climbing, Avalanche Forecasting (intro) Weather-related Problems, Glacier Travel, Cold Weather Medical Considerations, Mountain Land Nav, Nutrition/Hydration) CLIN 0001 Number of instructors, Clin 0002 material & equipment rental, Clin 0003 Mileage. Solicitation Provision at FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2004) is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2003) is hereby incorporated, the evaluation factors are price, and past performance. The government will make a determination of best value based on the evaluation factors cited. Contractors are reminded to submit a complete copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their quote, if readily available. If not, the clause will be forward for completion prior to award (Jan 2004). Clause 52.212-4, Contract terms and Conditions Commercial Items (Oct 2003) is hereby incorporated by reference. Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2003) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003), 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-1, Buy American Act Balance of Payments Program. Additionally, the following clauses are applicable to this solicitation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 52.204-7004(Dev), Required Central Contractor Registration, 252.225-7000 Buy American Act Balance of Payment Program Certificate, 52.225-7001(Dev), Buy American Act and Balance of Payment Program, 52.232-33, Payment by Electronic Funds transfer Central Contractor Registration (Oct 2003), 52.233-3, Protest after award (Aug 1996), 52.243-5, Changes & changed conditions (Apr 1984), 52.249-4, Termination for Convenience of the Government Services (Short Form) (Apr 1984) . The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Questions pertaining to the solicitation must be submitted in writing and may be faxed to Mary Lee Strong, 757-492-7954. Signed and dated quotes referencing the RFQ number H92244-07-T-0009-, must be submitted, no later than 4:30 p.m. 06 December 2006 to, NSWDG, 1636 Regulus Ave, Bldg 313, Virginia Beach, VA 23461-2299, email address is marylee.strong@vb.socom.mil. The quotes must provide sufficient detail on the proposed item to allow the government to make a best value determination.
 
Record
SN01185946-W 20061124/061122221029 (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.