SOLICITATION NOTICE
U -- EMERGENCY VEHICLE REPAIRS/BATTLE DAMAGE ASSESMEN T AND REPAIRS (BDAR) TRAINING
- Notice Date
- 2/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-05-T-0015
- Response Due
- 2/18/2005
- Archive Date
- 3/5/2005
- Description
- The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for twenty (20) level maintenance related specifically to Battle Damage Assessment and Repair (BDAR) training. The contractor shall provide all labor, equipment, vehicles, materials, and supervision unless stated otherwise in the solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. All quotes shall reference the Request for Quotation number H92239-05-T-0015. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-26. It is the Contractor's responsibility to become familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 611699. THIS ACTION IS OPEN TO ALL SIZES OF BUSINESSES. The contractor shall provide training for 60 personnel. Training to be accomplished from the award and acceptance of this contract scheduled from acceptance of this contract for 12 consecutive months. Class sizes will range from a minimum of 6 to a maximum of 12 personnel. In increments of three?s (3s) for example (e.g.) 6, 9, or 12 personnel. Class duration will not exceed 7 days and no less than 5 days to accomplish the following tasks. Classroom and practical applications of requested training will focus on HMMWV vehicles only, it will train our soldiers to drive the vehicle to it's extreme limits after sustaining major mechanical damage. The soldier will be able to assess and make temporary repairs, in austere conditions, that will enable them to drive the vehicle a point where more comprehensive repairs are possible. 1. Classroom instruction provides an introduction to HMMWV (M1113) maintenance and vehicle systems in accordance with manufacture specifications. 2. Hands on (shop) training to perform damage assessment of vehicle components to include: Cooling Systems Fuel Systems Steering and Brakes Electrical Transmission (4L80E) Suspension 3. Practical application in off road and cross country driving operations. Day and Night using NVG's. NVG's will be provided by unit. 4. Soldiers will learn to perform vehicle recovery operations using expedient and standard vehicle equipment. Soldier will make expedient repairs in accordance recommended manufacturer guide lines to prevent damaging vehicle further. 5. Conduct factory authorized PMCS before and after vehicle operations. 6. Training initiation date August 2005. Unit would like to begin class scheduling in this month and through the next 12 months. Contractor will provide instructor to student ratio of no less that 1 / 4 for all practical application (shop and off road) training events. Projected training dates personnel. Classes must vary in length and subject focus based on the skills of each team. The students shall not train with students from other military units and/or agencies. This is a 12-month contract date of performance conmmencing with the contract award date. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) Quotes will be evaluated as to the contractor?s capability to provide training, contractor?s flexibility to the Government?s schedule for training, price and past performance. A best value award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors are, in descending order of importance: (1) Contractor?s capability to provide requested training (2) Contractor?s flexibility to the Government?s schedule for training, (3) Past Performance and (4) price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement and 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their quote. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37 and 52.232-33; FAR 52.204-0007, Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, and 252.225-7036 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Jerry Lambert), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 18 February 2005. Electronic submissions, to include fax and email, will be accepted at (910) 432-9345 or lamberje@soc.mil . It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization. (2) Include sufficient literature/brochures to adequately describe the training facility(ies) and training proposed. (4) completed Representations and Certifications, and (5) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Mr Jerry Lambert, Contract Specialist, at lamberje@soc.mil . No telephone requests will be honored.
- Place of Performance
- Address: FORT BRAGG, NC OR AT CONTRACTOR'S LOCATION/FACILITY
- Zip Code: 28310
- Country: U.S.A.
- Zip Code: 28310
- Record
- SN00745472-W 20050205/050203212504 (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 |