Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

U -- Tactical Mobility Training - Attachment 1

Notice Date
1/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA485518R0015
 
Archive Date
3/10/2018
 
Point of Contact
Denny Chris R. De Guzman, Phone: (575)784-6207, Mario Valdez Iturbe, Phone: 575-784-6073
 
E-Mail Address
denny_chris.de_guzman.1@us.af.mil, mario.valdez_iturbe@us.af.mil
(denny_chris.de_guzman.1@us.af.mil, mario.valdez_iturbe@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBO Reference Tactical Mobility Training PWS 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 and Defense Change Notice 20171228. 3) The standard industrial classification code is U013, NAICS is 611692, Small Business Size Standard for this NAICS code is $7,500,000. 4) Description: The Contractor shall provide all labor, communications, transportation, supervision and other supplies and services necessary to support an overland mobility training course with live fire foreign weapons training scheduled for 3 March 2018 through 20 March 2018. The objective of the course is to provide instruction and practical exercises that will focus and improve the students understanding and practical knowledge of conducting mobility operations in areas with an austere (desert) environment. Particular attention will be focused on route planning, selection and execution, vehicle repair/recovery while in an austere environment. Routes will consist of recovering caches, which are given in MGRS, Let/Long and UTM coordinates. The contractor shall provide two (9) day training courses for 2 groups of 10 students that satisfies all requirements. Additional requirements pertaining to the performance of this requirement is further outlined in the Performance Work Statement (PWS). (Attachment 1) 5) Contract Line Item Numbers are proposed below: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Tactical Mobility Training 2 EA _________ ___________ 3 March 2018 - 9 March 2018, 12 March 2018 - 20 March 2018 IAW PWS (attachment 1) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 Live Fire Foreign Weapons Training 2 EA _________ ___________ 10 March 2018 - 11 March 2018, 12 March 2018 - 13 March 2018 IAW PWS (attachment 1) 6) The Period of Performance for the contract shall be as follows: a) 3 March 2018 - 20 March 2018 7) The following provisions apply to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items - FAR 52.212-1 Instructions to Offerors - Commercial Items is amended as follows: PROPOSAL PREPARATION INSTRUCTIONS A. To assure a timely and equitable evaluation of the proposals, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal and Part II - Technical Proposal (in separate files). B. Due to the estimated dollar value of this acquisition, cost or pricing certification under FAR 15.406-2 will not be required. Upon examination of the initial offer, the contracting officer will review past performance information, pricing data, technical documentation, and other relevant data to determine contractor responsibility. If, in the contracting officer's opinion, a fair and reasonable price is offered, no additional discussions will be held. However, if at any time during the review, the contracting officer determines that pricing information is lacking or if the price cannot be deemed fair and reasonable, the Government may enter negotiations with the offeror. C. Specific Instructions. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. PART I - PRICE PROPOSAL - Submit one (1) signed copy. a. Complete and sign the SF1449. In doing so, the offeror accedes to the contract terms and conditions as written in the SOLICITATION with attachments. 2. PART II - TECHNICAL CAPABILITY - Submit one (1) copy. a. The offeror must demonstrate a complete understanding of the technical requirements set forth in the PWS. The offeror shall provide a portfolio (no more than ten pages) that outlines the technical approach it expects will satisfy the requirement. The offeror shall include in the portfolio at least the following: • A brief narrative summary outlining the contractor's job knowledge/experience as driving instructor, mechanic and weapons instructor IAW the PWS: • Automotive Service Excellence Certified Master Technician. Prior Master Mechanic experience is preferred • Credentials, career brief, certifications or retirement summary that will show leadership experience with the 724th STG or other Special Mission Unit and weapon experience during Operation Iraq Freedom, Operation Inherent Resolve, or Operation Enduring Freedom for the weapons instructor • General resume 3. The format for Part I and II of the proposal shall be as follows: a. The proposals will be 8 ½" x 11" format except for larger formats used for charts, tables, or diagrams, which may not exceed 11" x 17". b. A page is defined as one face of a sheet of paper containing information. Typing shall not be less than 12 pitch. c. Elaborate formats, bindings or color presentations are not desired or required. d. The Offeror shall submit all proposal information in electronic Portable Document Format (PDF). NOTE: The cover letter, title page, table of contents, table of figures, list of tables and glossary of abbreviations & acronyms do not count against page count limitations. Proposal contents that exceed the stated page limitations will be removed from the proposal by the Contracting Officer, prior to turning the proposal over to the Government evaluation teams, and will not be considered in the evaluation. D. General Information. INFORMATION REGARDING SUBMISSION OF PROPOSAL: Proposals must be signed by an authorized company official and emailed to: Primary: SrA Denny De Guzman - denny_chris.de_guzman.1@us.af.mil Alternate: SrA Mario Valdez - Iturbe - mario.valdez_iturbe@us.af.mil Alternate: TSgt Jamius Virgil - jamius.virgil@us.af.mil Offers must be received no later than the proposal receipt date established in the solicitation. Amendments, if issued, must be signed by an authorized company official and submitted. NOTE: Proposals shall be submitted by email only. Facsimile submittals will not be accepted. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." (End of Addendum) FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Acceptability: Technical Acceptability is achieved when the offeror provides the following: a) Technical Capability (no more than ten pages) that demonstrates a clear understanding of the overall contract requirements and its conformity to the terms and conditions defined in the PWS. All offers will be ranked according to the total evaluated price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. (End of Provision) The Offeror shall complete only paragraph (b) of FAR 52.212-3 | OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the provision. 8) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2017) The Offeror shall complete only paragraph (b) of this clause if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the provision. 9) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): FAR/DFARS/AFFARS: http://farsite.hill.af.mil 10) The following FAR clauses apply to this acquisition: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B. Destination 52.253-1 Computer Generated Forms 11) The following DFARS clauses cited are applicable to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A System for Award Management Alternate A 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 12) The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 13) Proposals must be signed, dated and submitted by 23 February 2018, 0200PM, Mountain Standard Time. Submittal of a quote shall represent acceptance of the terms and conditions in this solicitation and its attachments. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: Denny Chris R. De Guzman - denny_chris.de_guzman.1@us.af.mil Alternate: M. Alex V. Iturbe - mario.valdez_iturbe@us.af.mil Alternate: Jamius Virgil - jamius.virgil@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA485518R0015/listing.html)
 
Place of Performance
Address: Bldg 600 110 Alison Ave, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04798140-W 20180126/180124231157-9c85d4eca36062217bbffd07911bbb62 (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.