Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

U -- AIRCRAFT RESCUE FIRE TRAINING

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-07-Q-0072
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes ar e being requested and a written solicitation will not be issued. Solicitation number W91248-07-Q-0072 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular 2005-19. Acquisition is Unrestricted. The NAICS Code is 611699 and the small business size standard is $6.5M. The Offer Schedule, Performance Work Statement (PWS), and Wage Determination can be accessed at website http://www.campbell-doc.army .mil. Performance period: Training is a four (4) hour training to be completed over a three-day period, two (2) four-hour sessions a day with a max attendance of 25 students per session. First class is anticipated to start on or about 24 September 2007. Dates will be arranged with the successful offeror after award. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted; Paragraph (b)(10), the follo wing text is added, Submit names and address of proposed instructors showing qualifications and experience in instructing ARFF Part 139 Live Fire Training; financial and customer references (name of financial institution where business bank account is lo cated, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of the services provided, the length of the contract or agreement, and the dollar value of contracts/ agreements within the past three (3) years. This information will be used to determine responsibility for the successful offeror. This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.216-1 Type of Contract (Fill-in information, firm fixed-price; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 EvaluationCommercial Items is applicable; evaluat ion factors are Technical (consisting of Qualifications/Experience and Availability) and Price. Qualifications/ experience sub-factor is slightly more important than Availability sub-factor; when Qualifications/experience and Availability are combined, Te chnical Factor is equal to Price. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be r egistered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial I tems, and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items, with offers or a statement that these documents can be accessed at the ORCA website. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items , applies to this acquisition, and is addended to incorporate the following clauses: 52.228-5 InsuranceWork on a Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information  www.gsa.gov); 252.204-7000 Dis closure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; and 252.243-7001 Pricing of Contrac t Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acq uisition and the following additional FAR clauses cited within the clause also apply: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-3 6 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; 52.222-41 Service Contract Act of 1965, A s Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Monetary Wages-Fringe Benefits: Technical Instructor, #15090, $15.97 - $3.16). 252.212-7001 Contract Terms and Conditions Required to Implement Sta tutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 252.232-7000 Electronic Submission of Payment Requests; 252.243-7002 Cer tification of Requests for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. Offers are due not later than 1:00 P.M. (CST) 4 September 2007. All responsible concerns may submit an offer which will be considered by the agency. Submit offers by e-mail or fax (270-708-7548) to Army Contracting Agency Southern Region, Directorate of Contracting, ATTN: Shirley Banks, 2172 13 ? Street, Fort Campbell, KY 42223-5358. Point of Contact is Ms. Banks, 270-798-7857, shirley. banks@us.army.mil. OFFER SCHEDULE BASE YEAR (27-29 SEP 07) QTY UNIT UNIT OF ISSUE PRICE 0001 Provide three eight-hour days of ARFF Part 139 Live Fire Training. (2 four-hour sessions per day, max of 25 students per session). 1 _______ _______ 1ST OPTION YEAR (23-25 Sep 08) 1001 Provide three eight-hour days of ARFF Part 139 Live Fire Training. (2 four-hour sessions per day, max of 25 students per session). 1 _______ _______ 2001 2nd OPTION YEAR (22-24 Sep 09) Provide three eight-hour days of ARFF Part 139 Live Fire Training. (2 four-hour sessions per day, max of 25 students per session). 1 _______ _______ 3001 3rd OPTION YEAR (22-24 Sep 2010) Provide three eight-hour days of ARFF Part 139 Live Fire Training. (2 four-hour sessions per day, max of 25 students per session). 1 _______ _______ 4001 4th OPTION YEAR (21-23 Sep 2011) Provide three eight-hour days of ARFF Part 139 Live Fire Training. (2 four-hour sessions per day, max of 25 students per session). 1 _______ _______
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN01386462-W 20070829/070827221438 (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.