SOLICITATION NOTICE
U -- DEFENSIVE DRIVING TRAINING
- Notice Date
- 11/2/2004
- Notice Type
- Solicitation Notice
- NAICS
- 611692
— Automobile Driving Schools
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92236-05-Q2008
- Response Due
- 11/5/2004
- Archive Date
- 11/20/2004
- Small Business Set-Aside
- Total Small Business
- 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. This solicitation is 100% Small Business set aside. The solicitation, H92236-05-Q2008 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16. The associated NAICS code is 611692 (500 employees). This synopsis/solicitation is for a Commercial Item. CLIN 001, Defensive Driving Training Course. Training period of performance is 8 November 2004 through 12 November 2004. Training must include vehicle dynamics, the five types of skids, high speed obstacle avoidance, high center gravity, as well as off-road techniques, proper read and response to adverse road conditions, high altitude and mountainous rocky terrain negotiation, night driving, allowing for night vision devices. Training must address high altitude ice and snow driving conditions. Instructors must have prior Special Operations Forces tactical driving experience. Quotes shall provide sufficient detail of proposed training program to allow the Government to make a best value determination. This Request for Quote is anticipated to result in a Firm Fixed Price (FFP) contract. The provisions at FAR 52.212-1 (Jan 2004), Instructions to Offerors-Commercial Items are hereby incorporated by reference. Solicitation Provision FAR 52.212-2 (Jan 1999), Evaluation Commercial Items, is hereby incorporated, the evaluation factors are technical, price, and past performance. The government will make a determination of best value based on the evaluation factors cited. Contractors shall submit a complete copy of the provision at 52.212-3 (May 2004), Offerors Representations and Certifications Commercial Items, with their quote. Clause 52.212-4 (Oct 2003), Contract Terms and. Conditions Commercial Items, is hereby incorporated by reference. Clause 52.212-5 (Oct 2003), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2004) is hereby incorporated by reference, as well as the following clauses cited in the clauses which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 5212, Buy American Act Balance of Payment Program. Additionally, the following clauses are applicable to this solicitation, DFARS 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 52.203-7004, Required Central Contractor Registration, 252.225-7000 Buy American Act Balance of Payment Program Certificate, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7002, Qualifying Country Sources as Subcontractors. Questions pertaining to this solicitation must be submitted in writing and may be faxed to Connie Burgess at 9102430249. Signed and dated quotes referencing the RFQ number H92236-05-Q2008, must be submitted, no later than 10:00 am, 5 Nov 2004 to Connie Burgess. The quote must provide sufficient detail on the proposed item to allow the government to make a best value determination. Proposal shall include vendors Cage Code, Dunn and Bradstreet Number (DUN) and Tax Identification Number (TIN). Should industry have any questions, please contact Connie Burgess at burgessc@jdi.army.mil. Proposals shall be submitted on company letterhead and sent to the attention of Connie Burgess, USSOCOM Regional Contracts Office, Bldg 3-1947, Pope AFB, NC 28308, by fax (9102431345) or by email burgessc@jdi.army.mil, and received Not Later Than 10:00 am, 5 Nov 04. Vendors shall submit Past Performance Information to include Contract Number, Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical capability shall be evaluated by how well the proposed services meet the Government requirement. The proposed offeror must be registered in the Central Contractor Registration (CCR) website at http://www.ccr.gov.
- Place of Performance
- Address: NEW HAMPSIRE
- Zip Code: 03598
- Country: USA
- Zip Code: 03598
- Record
- SN00702850-W 20041104/041102212225 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |