SOLICITATION NOTICE
U -- OFF ROAD MOBILITY AND RECOVERY TRAINING
- Notice Date
- 8/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611692
— Automobile Driving Schools
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-08-T-0206
- Archive Date
- 9/2/2008
- Point of Contact
- Ana M Diaz,, Phone: 757-893-2722
- E-Mail Address
-
ana.diaz@vb.socom.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation number is H92244-08-T-0206. The Naval Special Warfare Development Group (NSWDG) has a requirement for off road mobility, recovery and vehicle preservation training program. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008. This procurement is small business set-aside and the associated NAICS 611692 code is with a standard business size of 6.5 million. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services CLIN 0001 - Training for eight students to be taught in the classroom and in the field. The following skills are required to be taught: Off Road Mobility, Recovery and Vehicle Preservation Training Program to include: Basic and advanced off road driving techniques to be taught in near stock vehicles that represent the following: coil spring beam axle suspension, independent suspension, leaf spring suspension, manual transmission, automatic transmission, turbo diesel motor, gas motor, open differential, locked differential. Terrain analysis and spotting skills. Introduction to conventional recovery systems and operating procedures. Appropriate selection of light weight recovery gear. Scientific demonstration of working loads and parameters. Mechanical training to include: classroom, practical field repair, tool selection and improvisation. Sedan and light truck recovery techniques. Dissimilar sized vehicle recovery. Extreme scenario hands on recovery practicals. All skills must be practiced at night on Night Vision Goggles and with white light. All skills must be practiced on different surfaces to include: sand, water, mud, rocks, tight trails, and in mountainous terrain. All skill must be taught and practiced with an emphasis on vehicle preservation. Training to be conducted in sedans, light trucks, and all terrain vehicles. Medical support must be provided during practical training. The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.222-50 Combating Trafficking of Persons (AUG 2007) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (APR 2008) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023, ALT III Transportation of Supplies by Sea (MAY 2002) ALT III SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability of the training offered to meet the governments requirement and delivery. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.228-9000 Required Insurance (2003) SOFARS 5652.232-9003 Paying Office Instructions (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Ana Diaz at ana.diaz@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Ana Diaz via email at ana.diaz@vb.socom.mil, phone: (757) 893-2722 fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Ana Diaz (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 9:00 a.m. Eastern Standard Time (EST) on 18 Aug 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b382d9c1522de43b1be9f6aca347987e&tab=core&_cview=1)
- Record
- SN01636304-W 20080813/080811222902-b382d9c1522de43b1be9f6aca347987e (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 |