Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

U -- Advanced Driver's Training

Notice Date
3/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ09T0108
 
Response Due
3/17/2009
 
Archive Date
5/16/2009
 
Point of Contact
Mary L. Hudson, 719-526-8449<br />
 
Small Business Set-Aside
Total Small Business
 
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, W911RZ-09-T-0108; quotes are being requested and a written solicitation will not be issued. Fort Carson intends to award a Firm-Fixed-Price Contract for an Advanced Drivers Training Course, training facilities, and training vehicles. The North American Industrial Classification System (NAICS) code for this procurement is 611692 with a small business size standard of $7.0 million dollars. This requirement is set aside 100% for Small Businesses. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Advanced Drivers Training Course in accordance with the Performance Work Statement (PWS). Payment will be made for only the exact amount of people who are trained. Qty: min: 70 max: 82 X Unit Price Per Student = _________________ CLIN 0002 Contractor Manpower Reporting (CMR) Qty: 1 X EA = Total Cost __________________ Performance Work Statement (PWS) The training shall be conducted at the contractors facility. The period of performance is 06-10 April 2009. The contractor shall provide all personnel and items necessary to complete the training in accordance with this PWS. I. Courses/Modules Specifications 1. Vehicle Commandeering Module: Condensed practical training in vehicle selection, entering a locked vehicle, defeating the steering column lock, and starting the vehicle. Practical and timed exercises covering all topics below. Lectures covering all topics below. Vehicles Required: A selection of sedan, SUV and pickup trucks with gasoline and diesel engines. Topics needed to be covered: * Vehicle Selection * Vehicle Entry * Steering Locks * Starting Vehicle Engines (gasoline & diesel) Practical Exercises Required: * Vehicle Entry * Steering Locks * Starting Engines 2. Advanced Driver Training: Focuses strictly on the skills necessary to evade a terrorist or criminal attack while operating an automobile. Practical and timed exercises covering all topics below. Lectures covering all topics below. This training requires a track. Vehicles Required: Sedan Topics needed to be covered: * Advanced Vehicle Control * Technical Driving (tactical driving) * ABS Limitations Practical Exercises Required: * Serpentine/Straight Braking * Skid Pad * Braking in Turns * Swerve-to-Avoid * Off-Road Recoveries * Skid Pad ABS Limitations * Technical Driving Full Track * Technical Driving Street Line 3. Evasive Driving Module: Focuses strictly on the skills necessary to evade a terrorist or criminal attack while operating an automobile. Practical and timed exercises covering all topics below. Lectures covering all topics below. This training requires a track. Vehicles Required: Sedan Topics needed to be covered: * Evasive Maneuvers * Barricade Breaching/PIT * Attack Recognition * Attack Scenarios Practical Exercises Required: * Advanced backing * Y-Turns * J-Turns * Right Front Seat * Barricade Breaching 4. Off-Road Driver Training: Teaches skills in negotiating extreme terrain using four-wheel-drive SUVs. Experience driving on terrain such as mud, water, rocks, logs, and extreme hills. Practical and timed exercises covering all topics below. Lectures covering all topics below. This training requires a track. Vehicles Required: SUV (four-wheel-drive) Topics needed to be covered: * Driving Techniques * Angles * Engine * Equipment * Trail Driving * Tire Change * Log Crossing * Rock Climbing Practical Exercises Required: * Trail Driving * Tire Change Immediate Action Drills * Log Crossing * Rock Climbing 5. Unimproved Road Driver Training: Teaches techniques for negotiating dirt or muddy roads. Exercises should include limits of traction, skid pad, initiating and recovering from slides. Practical and timed exercises covering all topics below. Lectures covering all topics below. This training requires a track. Vehicles Required: SUV (four-wheel-drive) Topics needed to be covered: * Driving Techniques * Vehicle Equipment * Terrain Practical Exercises Required: * Skid Pad * Crazy Eights Circuit * Switch Backs Circuit * Camel Back Circuit * Bean Circuit * Short Circuit * Long Circuit II. Driving/Training Facility Requirements: * The contractor is responsible for providing fully qualified instructors for the training; all instructional materials; and the facilities required to support delivery of the type of training. * The driving facility shall be safe (defined below); o Safe is defined as free of hazards, within 30 feet of each side of the road, such as broken pavement, potholes, road-edge drop-offs of more than eight inches, trees, barriers, ditches, or any other dangerous obstructions too close to the road course endangering students) * Appropriately paved, two-lane, asphalt or concrete, closed loop road courses are required. * The road courses must be a minimum of 1.5 miles in length to allow drivers maximum safety in acceleration and deceleration. * Site shall be secluded to prevent public observation of the training activities. * In order to provide multiple vehicle-handling situations, the driving tracks must include the following as a minimum: o flat straight-aways and uphill/downhill (must be suitable in length to achieve at least 90+ mph emergency speeds); o uphill and downhill turn; o constant radius turn; o increasing and decreasing radius turns; o flat turn; o negative and positive camber turns; o S-turns; o and at least two turns that can be continually covered with water if required * The shoulder(s) of two-lane road courses shall be of natural terrain, i.e., gravel, dirt or grass to allow the student a sense of off-road surface and experience the loss of vehicle control due to differing conditions. This will also allow the student to employ proper off-road recovery techniques enabling them to regain control and safely re-enter the road. * The driving facility shall have safe skid pads. * The driving facility shall be capable of being completely flooded with water for instruction of over and under steering skid control. * The road courses shall allow for realistic surprise/off-road obstacles i.e. steep ascents/descents, rocks and rock climbs, logs, holes, mud and sand; * The road courses shall allow for realistic vehicle and on-foot attack and ambush scenarios. (i.e. natural foliage and/or natural terrain cover and concealment areas along straight-aways and turns). III. Vehicle/Equipment Requirements: o The contractor shall provide all vehicles being used in the training exercises/scenarios, per course being offered. o Vehicles needed include: automatic transmission, four-door sedans, SUVs and pickup trucks suitable for safe training in defensive driving maneuvers. o Vehicles must contain operable air conditioning/heating system; o Fully operational front and rear window defogging system; o Simple On/Off ABS switch, designed to preclude turning the ignition on and off to reset the ABS system except disposable ramming/PIT vehicles; four-wheel drive vehicles, necessary for off road or adverse terrain. o All vehicles used must be kept in operable condition for the duration of the training, or replacement vehicles shall be readily available. o No more than five minutes of student down time shall be allowed due to inoperable vehicles. IV. Contractor Manpower Reporting (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. End of PWS. FAR and DFARS Provisions and Clauses: The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) (Jun 2008), 52.212-2 (Evaluation Commercial Items) (Jan 1999), 52.212-3 (Offeror Representations and Certifications Commercial Items) (Jun 2008), 52.233-2 (Service of Protest) (Sep 2006), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country) (Jan 2009) Clauses: 52.203-3 Gratuities (April 1984), 52.204-7 (Central Contractor Registration) (Apr 2008), 52.212-4 (Contract Terms and Conditions Commercial Items) (Feb 2007), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) (Sep 2008), 52.219-6 (Notice of Total Small Business Set Aside) (Jun 2003), 52.219-8 (Utilization of Small Business Concerns) (May 2004), 52.219-14 (Limitations on Subcontracting) (Dec 1996), 52.219-28 (Small Business Representation) (Jun 2007), 52.222-3 (Convict Labor) (Jun 2003), 52.222-19 (Child LaborCooperation With Authorities and Remedies) (Feb 2008), 52.222-21 (Prohibition of segregated facilities) (Feb 1999), 52.222-26 (Equal Opportunity) (Mar 2007), 52.222-35 (Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) (Sep 2006), 52.222-36 (Affirmative Action for Workers with Disabilities) (Jun 1998), 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) (Sep 2006), 52.222-50 (Combat Trafficking in Persons) (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) (Oct 2003) or 52.232-36 (Payment by Third Party) (May 1999), 52.252-2 (Clauses Incorporated by Reference) (Feb 1998), 252.201-7000 (Contracting Officer's Representative) (Dec 1991), 252.204-7004 Alternate A (Central Contractor Registration) (Sep 2007), 252.209-7004 (Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country) (Dec 2006), 252.211-7003 Alt I (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.225-7002 Qualifying Country Sources as Subcontractors (April 2003), 252.232-7003 (Electronic Submission of Payment Requests) (Mar 2008), The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable 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, and past performance. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation should be addressed to Amy Franklin, Contracting Officer, and e-mailed to amy.w.franklin@us.army.mil, all questions or inquires must be submitted in writing no later than 13 March 2009, 10:00 a.m. Mountain Time. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 4:00 p.m. Mountain Time on 17 March 2009. Quotes can be faxed to (719) 526-5333 attn: Hannah Montoya, or e-mailed to hannah.montoya@us.army.mil. An official authorized to bind your company must sign the quote and include three past performance references. PAST PERFORMANCE INFORMATION. The offeror shall provide at least three (3) but no more than five (5) of the most relevant contracts performed for Federal agencies and commercial customers within three (3) years from the date of receipt of proposals. Relevant contracts include those where the offeror performed services of a similar scope, magnitude, and complexity as those required under this solicitation. Contracts that provide all aspects of the services required by this solicitation will be considered more relevant than those contracts for only portions of the services required. The evaluation of past performance will take into account information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. In addition, the Government may use past performance information obtained from other than the sources identified by the offeror. Past performance information is limited to no more than two (2) pages per contract listed. Information submitted should contain at least the following for each contract/reference: - Contract number. - Period of Performance. - Contract Type (i.e., fixed price, time and materials, etc.) - Indicating whether government or commercial contract and the dollar amount. - Include a summary description of any subcontractor and the scope of involvement. - Contracting agency, including name and telephone number of contract administrator, buyer or Contracting Officer. - Type of service provided and number of facilities serviced. POC for this solicitation is Hannah Montoya. She may be reached at (719)526-4479 or hannah.montoya@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1993143f5c98afdf8ec09c65c300ea3e&tab=core&_cview=1)
 
Place of Performance
Address: Winning Bidder Address of Winning Bidder City ST<br />
Zip Code: XXXXX<br />
 
Record
SN01763346-W 20090308/090306220145-1993143f5c98afdf8ec09c65c300ea3e (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.