Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOURCES SOUGHT

W -- Evasive Driver's Training, Fort Riley, Kansas.

Notice Date
3/7/2007
 
Notice Type
Sources Sought
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-07-T-0000
 
Response Due
3/14/2007
 
Archive Date
5/13/2007
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Notice/Market Survey is to identify potential vendors/sources for the provision and availability of contractor owned vehicles. The evasive drivers training will be conducted in four consecutive days at designated t raining areas on Fort Riley, Kansas. The vehicles will be used for vehicle dynamics, evasive maneuvers, motorcade operations and escape and evasion of Tactics, Techniques and Procedures (TTPs). The vehicles will be used to train selected soldiers who are a ssigned to conduct High Risk Personnel Security operations in the Central Command Areas of Responsibility. These trained soldiers are responsible for providing protection measures to commanders serving in key leadership positions. The project consists of furnishing contractor owned used vehicles necessary to perform the required training. The vehicles will receive moderate to extensive damages due to the nature of training (vehicle-to-vehicle contact) and will be likely non-operatio nal once the training is completed. The vehicle requirements may be furnished as or combination of the following: 4-Door sedans (hard top; standard or automatic transmission); SUVs; and or Suburbans. The vehicles will be in a safe, running normal condition for 30 minutes without overheating; serviceable windows all-in place; serviceable seat belts (front and back); steering, winshield wipers and brakes are operational; must travel at 40 MPH and reverse at about 20-25 MPH; have unleaded gas of ? tank; and a inflated spare tire (full size ream). Upon completion of the drivers training, the condition of the vehicles will be either usable or non-usable. CONTRACTOR RESPONSIBILITES. The Contractor shall provide ten (10) used vehicles necessary to support the training. The Contractor shall be responsible for the transportation, delivery and pick-up of its vehicles, regardless of its condition. During the co urse of the evasive drivers training, the Contractor shall provide a full-time mechanic for maintenance support on the vehicles. ADDITIONAL REQUIREMENTS. The shall be knowledgeable of Fort Riley Range and Training Safety IAW FR Regulation 385-12, dated July 2006. The Contractor shall be responsible for the accountability of its contractor owned furnished property; Shall be responsib le for coordinating and managing all transportation requirements, and to/from lodging locations and specific designated training areas on Fort Riley. GOVERNMENT RESPONSIBILITIES. The Government and Contractor will conduct a joint inventory and inspection of the vehicles to ensure compliance with the vehicle specification requirements. The Government will be responsible to provide on-site medical and fir e operations support. Participation in the effort is strictly voluntary with no cost obligation incurred to the Government. The Government, at its own discretion and without explanation, may choose not to purchase all or part of the service/item described herein. All interested sources are requested to submit responses, but only in writing with clear and convincing documentation showing the capacity and capability to meet Government requirements by close of business 5 working days after date released. This synopsis is NOT a Requ est for Quote, or Bid. This synopsis serves as a market research to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Quote, or Bid including the use of small business programs. Interested vendor(s) must include: Company Name, Cage Code, complete address, phone number, e-mail address, and point of contact/title. Response must be submitted electronically (e-mail preferred) in a MS Office compatible format to Mr. Willie Delatorre @ wilfredo.delatorre@us.army.mil or wilfredo.delatorre@conus.army.mil
 
Place of Performance
Address: ACA Directorate of Contracting 7410 Apennines Drive Fort Riley KS
Zip Code: 66442
Country: US
 
Record
SN01245763-W 20070309/070307221222 (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.