SOURCES SOUGHT
U -- Army Traffic Safety Training Program (ATSTP)
- Notice Date
- 7/23/2010
- Notice Type
- Sources Sought
- NAICS
- 611692
— Automobile Driving Schools
- Contracting Office
- Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J-10-R-0043
- Response Due
- 8/6/2010
- Archive Date
- 10/5/2010
- Point of Contact
- Luis Trinidad, 915-568-2503
- E-Mail Address
-
Fort Sam Houston Contracting Center - West
(luis.trinidad@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. OFFERS OR PROPOSALS WILL NOT BE ACCEPTED. THIS IS NOT A PRESOLICITATION OR SOLICITATION. This sources sought action is being conducted to determine if there are adequate Small Business, HUBZone, 8(a), Service Disabled Veteran Owned Business, Small Disadvantaged Business, or Women Owned Small Business contractors capable of conducting the following: Contractor services to provide training and hardware/software maintenance and installation services to execute the Army Traffic Safety Training Program (ATSTP) in accordance with requirements established by the Department of Defense and the Department of the Army. The ATSTP is designed to educate and train Soldiers and Army Civilian employees on hazards of operating privately owned automobiles and motorcycles and how to operate the vehicles to reduce the risk of mishaps. The ATSTP is implemented at Army installations that receive full garrison Base Operations Support (BOS), Common Levels of Support, and Safety 95 Services from IMCOM. This contract will enable the IMCOM Headquarters to carry out responsibilities to direct, manage, coordinate, and assess implementation of the ATSTP. A draft Performance Work Statement (PWS) has been attached. The scope of this draft PWS applies to the entire IMCOM area of responsibility, including the Continental United States (CONUS), Hawaii, Korea, Europe and other overseas locations as scheduled. The ATSTP consists of the courses and training listed below. The Contractor shall provide the instructional services for U. S. Army Soldiers and civilian employees in accordance with Department of Defense Instruction (DoDI) 6055.04 and Army Regulation (AR) 385-10. (a)Local Driving Hazards Course - Classroom Instruction (b) Intermediate Driver Training Course - Classroom Instruction (c) Motorcycle Basic RiderCourse - Classroom and Hands-on Instruction (d) Military Sport Bike RiderCourse - Classroom and Hands-on Instruction (e) Motorcycle Experienced RiderCourse - Classroom and Hands-on Instruction (f) Motorcycle Refresher Training - (as scheduled) (g) Remedial Driver Training - Classroom (as scheduled) (h) Supplemental training using Government driving simulation systems that are static at specific Army installations. The Contemplated Contract is a one-year Firm Fixed Price (FFP) contract with four one-year options. We are requesting capability packages from businesses which qualify as a small business concern under NAICS code 611692 (size standard $7.0 Million). Capability Packages provided should be organized as follows: (1) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status (Small Business, HUBZone, Service Disabled Veteran Owned Business, etc.); (2) prior/current corporate experience performing efforts of similar size and scope including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, customer point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel at the locations specified in the attached draft PWS; (4) management approach to staffing this effort with qualified personnel; (5) statement regarding capability to meet fluctuations, as highlighted and discussed in the draft PWS; and (6) companys ability to perform at least 51% of the work. Responses must not exceed 25 pages and should be submitted to luis.trinidad@us.army.mil and lucy.cavazos@us.army.mil no later than 3:00 PM Central Standard Time, August 6, 2010. Comments are welcomed. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Please visit the FBO Website at www.fbo.gov for the sources sought decision. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the government make the acquisition decision, which is the intent of this sources sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b274d44cacfdbee1c003b7a7030291db)
- Place of Performance
- Address: Fort Sam Houston Contracting Center - West Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
- Zip Code: 78234-5015
- Zip Code: 78234-5015
- Record
- SN02215787-W 20100725/100723235014-b274d44cacfdbee1c003b7a7030291db (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 |