Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
MODIFICATION

U -- Customer Protective Services - Responses to Questions

Notice Date
2/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY18T0002
 
Archive Date
2/16/2018
 
Point of Contact
Constance Kim, Phone: 407-384-5516, Jessica L. Ely, Phone: 3016198457
 
E-Mail Address
constance.kim2.civ@mail.mil, jessica.l.ely.civ@mail.mil
(constance.kim2.civ@mail.mil, jessica.l.ely.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Government responses to questions **FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT, BUT ARE EXPECTED TO BE RESERVED, AS SUCH THIS REQUEST FOR QUOTE (RFQ) DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE AN AWARD BASED OFF OF THIS REQUEST FOR QUOTE.** Please note the "Technical Quotation Section" this solicitation and follow the directions provided. DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a "R equest for Quotation". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 The associated North American Industrial Classification System (NAICS) code for this procurement is 561612, with a small business size standard of $20.5M. The United States Army PM Special Program (PMSP) has a requirement for training services with a primary focus on executive bodyguard protection and various driving conditions. Training shall produce experienced Students proficient in executive bodyguard protective training and advanced driving training in environments during multiple aspects of mobility operation through a high threat area for the successful execution of individual and group vehicle driving while performing executive bodyguard protection ; all interested companies are encouraged to provide a quotation/offer for the following: MINIMUM REQUIREMENT Development of a comprehensive training program that shall result in certified trainees capable of performing executive bodyguard protection and advanced vehicular driving to include Training Performance requirements; hands on training in sedans and standard utility vehicles (SUV) in various challenging and difficult levels during a six day course. The contractor shall be responsible for training, evaluating, and assessing all Trainees that receive the training. The contractor shall provide "on the spot" verbal feedback to trainees, and any and all documentation to the Government Lead representative at the training. The Contractor shall provide all the supplies, services, material, and locations to meet the requirements. Students will be required to conduct route planning, calculate vehicle fuel requirements and load capacity for vehicle platforms. The course of instruction must discuss skills associated with executive bodyguard protection and advanced mobility techniques and include a curriculum that is hands-on in real-world scenarios in a location with a tropical climate and is a metropolis (e.g. Miami, Florida). The requirement is for a total of two (2) training courses, one (1) monnth apart, and shall not exceed six (6) consecutive days each for up to forty (40) students per course. Students/trainees are expected to successfully complete a 6 day driving and recovery course and will be provided a Certificate of Completion from the Contractor. The overall desired end state of the course is provided below: Custom Executive Protection Program Outline (3 Days) -- Preliminary Assessment & Protective Intelligence -- Pre-Advance & Advance Procedures -- Route Selection & Surveys -- Designing & Implementing a Protective Detail -- Choreography & Formation -- Protective Perimeter & Layering Concepts -- Pre-Advanced & Advance Exercises -- Protective Operations Case Studies & Review -- Counter-Surveillance & Behavior Analysis -- Surveillance Detection Concepts -- Motorcade & Convoys security Concepts -- Arrival & Departure Procedures -- Vehicle Sweeps & Vehicle Readiness Custom Executive Placement Driving Program Outline (3 Days) -- Protective Operations Review & Re-impressioning -- Practical application Exercises & Debrief -- Vehicle Mechanics & the Physics of Driving -- Vehicle Types/Consideration, Checks, Equipment & Emergency Preparedness -- Sedan & SUV Evasive Maneuvers & Concepts -- Accident Avoidance, Emergency braking Techniques -- High-spead Vehicle Maneuvers & Braking Techniques -- 2 Point Escape Turn and Reversing Techniques -- Evaluating Performance Standards & Minimum Passing Requirements The Contractor shall provide vehicles, instruction, material, land usage, maps (hardcopy or electronic versions), training locations, and applicable exercises. The contractor shall provide a current safety briefing and terrain operation briefing prior to the start of any training session. GOVERNMENT FURNISHED PROPERTY (GFP) AND SERVICES The Government shall provide the following equipment, supplies, services, and transportation to and from training. Each Soldier will have a valid driver's license and military identification card. Each trainee will bring the following equipment for training: -- IFAK (Individual First Aid Kit) for each trainee -- Weather appropriate outer/inner clothing -- Night vision device -- Eye and ear protection -- Hydration system (camelback, etc.) -- Appropriate bed-down attire for the season -- Sleeping shelter of his/her choosing if desired -- Gloves -- Combat boots or other approved footgear for military use -- Any personal equipment deemed required for training in an austere environment CONTRACTOR QUALIFICATIONS/REQUIREMENTS The contractor shall: a. Have fluent oral and written communication skills in English b. Possess, at a minimum, 120 combined years of military and civilian driving experience c. Must have enough vehicles to accommodate two trainees per vehicle. d. Must have one instructor per vehicle e. Must pay for own vehicular repairs and fuel during training. f. Training locations will only be conducted within the borders of the United States. PLACE OF PERFORMANCE Course shall be at a location with a tropical climate and is a metropolis (e.g. Miami, Fl). Training dates are firm for 10-15 April and 14-19 May 2018. INSPECTION AND ACCEPTANCE Inspection and acceptance shall be performed by the Government Personnel at the Contractor Facilities. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at: http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil/vffara.htm Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. CLAUSES INCORPORATED BY REFERRENCE: FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm (End of Clause) The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors- Commercial FAR 52.212-2, Evaluation- Commercial Items (see addenda below) FAR 52.212-4, Contract Terms and Conditions- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items CLAUSE ADDENDA: Addendum to FAR 52.212-1, Quotation Preparation Instructions Technical Quotation: The offeror shall submit a digital copy of the technical quotation, additional copies are not required. Hard copies are not acceptable. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description and product literature for the course being proposed, which clearly identifies how the proposed course meets the Government requirements. The burden is upon the offeror to demonstrate in its technical proposal and the technical literature submitted that its product meets all required characteristics. The Government will not make any assumptions regarding the acceptability of any course submitted for evaluation. The offeror must demonstrate that its proposed course meets the Government requirement by providing a crosswalk between the Government requirement and the proposed technical description. Price Quotation: The offeror shall submit an original of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose firm-fixed-price for each Line Item. Price quotations shall remain valid for a period of 60 days from the date quotations are due. Due to the difficulties in receipt of mail through normal postal services, it is required that proposals be sent via E-mail to the POC for this requirement, at constance.kim2.civ@mail.mil The Offeror is responsible for ensuring receipt by the POC. In the "SUBJECT" line of your e-mail be sure to put the solicitation number, located in the bottom left corner of each page. All questions should be sent via e-mail to the "POC" above. Telephonic inquiries and/or questions are not accepted for this requirement. Proposals are due no later than 15 FEB 2018 at 5:00 PM EST. Proposals will not be accepted after this date and time. Addendum to FAR 52.212-2, Evaluation of Offerors Award shall be made to the offeror whose offer, in accordance with FAR Part 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process, is the Lowest Price Technically Acceptable (LPTA). Technical acceptability means that the quote meets all of the stated minimum specifications. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. The Government will evaluate information based on the following evaluation criteria: (1) Technical Capability - Meeting or Exceeding the Requirement. Evaluation of technical capability in comparison to the requirements identified in the attached PWS, specifically section 3.2 shall be based solely on the information provided in the quotation package. The government will evaluate whether the offeror has demonstrated that its proposed course meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed course meets all requirements will not be considered further for award. If an offeror does not specifically indicate how its proposed course meets a certain Minimum requirement/element of training, the government will determine that it does not. (2) Price - Quoted price will be evaluated for reasonableness. (End of Addendum to FAR 52.212-1)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79cc52911ea163347adc619b214c7677)
 
Place of Performance
Address: Metropolis with tropical climate, United States
 
Record
SN04819778-W 20180214/180212231322-79cc52911ea163347adc619b214c7677 (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  © 1994-2020, Loren Data Corp.