Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

U -- Advanced Driver's Training

Notice Date
6/1/2009
 
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
W911RZ-09-T-0225
 
Response Due
6/5/2009
 
Archive Date
8/4/2009
 
Point of Contact
Mary L. Hudson, 719-526-8449<br />
 
E-Mail Address
ACA, Fort Carson
(mary.l.hudson@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. Fort Carson will be awarding a Firm-Fixed Price Contract. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposals (RFP) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-29 Effective on April 17, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/. This solicitation is set-aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industrial Classification System (NAICS) code for this procurement is 611692 with a small business size standard of $7 Million. This solicitation will end on 5 June 2009, at 3:00 p.m. Mountain Daylight Time. Proposals shall reference solicitation # W911RZ-09-T-0225, shall be in accordance with the Performance Work Statement, and shall include pricing as follows: Period of Performance: 21 to 26 June 2009 CLIN 0001: Advanced Drivers Training Quantity: 12 Each (12 soldiers to be trained.) Price $_________________________ CLIN 0002: Contract Manpower Reporting Quantity: 1 (Cost, if any, for Contract Manpower Reporting once a year) Price $_________________________ Total Price $___________________ Performance Work Statement (PWS) Advanced Driver Training Course POP: 21-26 June 2009 I. Courses/Modules Specifications: 1. Vehicle Commandeering Module: Condensed practical training in 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 * 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 * Submerged vehicle escape while operating tactical and non-standard tactical vehicles 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 * Pit and Maneuver Vehicles, Vehicles for Ramming and Ballistic Training, Salvage Vehicles for Vehicle Acquisition Training, Replacement Vehicle Windshields. 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, 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. Specifications: * The soldiers requires the contractor to be responsible for providing all necessary course lesson plans, training aids, student handouts guides, and training evaluation tools. Instructor is responsible for providing enough primary and assistant instructors to provide the training based on course size and curriculum. Each student will receive a minimum of two (2) hours actual driving time per day of instruction. Replacement tires and breaks for the contractor-provided sedans for the duration of the training. V. Additional Requirement: * Contractor shall provide all training ammunition to included simunition round and upper receiver barrel. Also the contractor shall provided soldiers with all protective clothing. Addendum 1: 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. OFFERORS SHALL COMPLY with instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation [Contractor shall submit their proposal on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price. The offeror shall include, any discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB Destination and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx] The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be (i) Price and (ii) Past Performance [Past performance will be evaluated as positive, negative, or neutral. All offerors shall submit at least three Points of Contact with complete name, phone number and e-mail address that can confirm relevant past performance. An offeror without a record of relevant past performance or whom information on past performance is not available will not be evaluated positive or negative on past performance. If the offeror has no record of past performance, they will be rated neutral.]. The following FAR clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation [The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 611692] 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration 52.252-2 Clauses Incorporated by Reference The following DFARs clauses are applicable to this acquisition: 252.201-7000 Contracting Officers Representative 252.204-7004 Alt A Central Contractor Registration Alternate A 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. All questions must be submitted in writing to Contract Specialist Mary Hudson at mary.l.hudson@us.army.mil no later than 12:00 pm MDT on 2 June 2009. Proposals are due NLT 3:00 pm MDT, 5 June 2009 at the Fort Carson Directorate of Contracting 1676 Evans Street, Bldg 1220, 3rd Floor, Fort Carson CO 80913-5198. Faxed or emailed proposals are acceptable. The assigned Contract Specialist is Mary L. Hudson, commercial (719)526-8449, email Mary.L.Hudson@us.army.mil, or fax (719)526-5333.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0225/listing.html)
 
Place of Performance
Address: Winning Bidder Winning Bidder's Address City ST<br />
Zip Code: XXXXX<br />
 
Record
SN01832493-W 20090603/090601235037-d7e1406ee0520a0dea95e2453483413d (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.