SOLICITATION NOTICE
U -- Motorcycle Training and Safety Courses
- Notice Date
- 2/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M8L-4022-0103
- Response Due
- 3/6/2014
- Archive Date
- 4/14/2014
- Point of Contact
- Diane Johnson, 801-432-4094
- E-Mail Address
-
USPFO for Utah
(diane.n.johnson.civ@mail.mil)
- 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; proposals are being requested and a written solicitation will not be issued. 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 are being requested and a written solicitation will not be issued. Solicitation W90M8L-4022-0103 is being issued as a Request for Quotation. This requirement is an unrestricted acquisition. The NAICS code is 611699 with the size standard of $6.5M and the Standard Industrial Classification (SIC) 8299 applies to the procurement. SPECIFICATIONS: The Utah National Guard intends to establish a Blanket Purchase Agreement (BPA) with a base year and four option years to provide motorcycle training and safety courses. AR 385-10 IAW DODI 6055.04 - DOD Traffic Safety Program, all motorcycle operators shall attend a Motorcycle Safety Foundation (MSF) rider course to allow them to operate a motorcycle on and off Federal property. The following requirements are necessary to conduct the training course: 1. Training course: Basic Rider Course (BRC) is needed for first time riders. BRC shall cover classroom riding fundamentals and current traffic laws with emphasis on accident avoidance. Hands-on training shall cover basic rider skills to include, but not limited to, straight line riding, turning, shifting, braking and cornering. Safety equipment and at a minimum of one (1) motorcycle shall be provided by the contractor. The contractor shall also coordinate and provide the training location/range. Classes are to be conducted in the Salt Lake City, Ogden and St. George areas. MSF Basic Rider Course a.Salt Lake City, Utah$ per person b.Ogden, Utah $ per person c.St. George, Utah$ per person d.Roosevelt, Utah$ per person e.Moab, Utah$ per person MSF Experienced Rider Course f.Salt Lake City, Utah$ per person g.Ogden, Utah $ per person h.St. George, Utah$ per person i.Roosevelt, Utah$ per person j.Moab, Utah$ per person MSF Advanced Rider Course k.Salt Lake City, Utah$ per person l.Ogden, Utah $ per person m.St. George, Utah$ per person n.Roosevelt, Utah$ per person o.Moab, Utah$ per person 2.Training dates: Training shall be conducted to afford all military members and their dependants as authorized in DFAS-IN Manuel 37-100-07 and DODI 6055.04 Enclosure 3-DOD Traffic Safety Program Requirements, Paragraph 4- Training and Education, Sub-Paragraph K-Training Costs, the greatest opportunity to participate. Recommend that training of the BRC sessions be conducted two (2) consecutive days (i.e., Mon-Tues, Tues-Wed, Wed-Thur, Thur-Fri or Sat-Sun) to assist the riders with scheduling. The months of March through September afford the best participation availability. 3.Training enrollment: The provider shall enroll the student directly; validating students are members of the UTARNG or a dependent of a UTARNG member. The provider shall also submit a roster of the students trained with each request for payment at the end of each month. Any deviations shall be directly coordinated with the Safety and Occupational Health Office. Basis of Award is Best Value: A quote which represents best value is one that conforms to the Government's Performance Work Statement at a reasonable and competitive price. The Government intends to establish one or more BPAs with a responsive vendor or responsive vendors who: submits all required submissions on time, whose past performance does not pose a risk to the Government, and whose quote represents the best value to the Government. References and course curriculum shall be submitted with proposal. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for all repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. All firms or individuals responding must be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall provide proposal information that substantiates the equivalency of the training offered to the training requirements stated herein. Prices shall be as per student; per location. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Provide enough information so the Government can make a determination that your quote meets the Government's needs and conforms to the Performance Work Statement. You will not have additional opportunities to submit information after the closing date and time for quotes. Failure to provide enough information for the Government to make a determination that your quote is technically acceptable by the closing date and time for quotes will result in no further consideration given to your quote. The following provisions and clauses are applicable to the solicitation: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms and Condition - Commercial Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-1 Alt I - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates For Federal Hires FAR 52.222-50 - Combating Trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management FAR 52.232-36 - Payment by Third Party FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes - Fixed Price Alt I FAR 52.246-1 - Contractor Inspection Requirements FAR 52.247-34 - FOB Destination FAR 52.249-4 -Termination for Convenience of the Government (Services) (Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.201-7000 - Contracting Officer's Representative DFARS 252.203-7000- Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7994 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.225-7001 - Buy American Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010- Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 - Pricing of Contract Modifications. DFARS 252.247-7023 - Transportation of Supplies by Sea - Alt III MANPOWER REPORTING REQUIREMENTS Manpower Reporting Requirements: 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 or performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: 1. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COR); 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 (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 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. 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 of will in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the 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. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the SAM database prior to award. Offerors may obtain information on registration at www.sam.gov. Please submit the completed information in FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with your proposal. Quotations are due NLT 4:30 p.m. MST on March 6, 2014. Offers may be sent via e-mail to Diane Johnson at diane.n.johnson.civ@mail.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-4022-0103/listing.html)
- Place of Performance
- Address: USPFO for Utah P.O. Box 2000, Draper UT
- Zip Code: 84020-2000
- Zip Code: 84020-2000
- Record
- SN03288019-W 20140215/140213233815-16a78680f2437d2ebef29125e23d5f5c (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 |