MODIFICATION
U -- Pre Solicitation Notice for Military Mobile Force Protection Training (MMFPT
- Notice Date
- 2/6/2007
- Notice Type
- Modification
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-07-R-0006
- Response Due
- 5/31/2007
- Archive Date
- 1/5/2008
- Point of Contact
- Carole Benson, 253-967-4902
- E-Mail Address
-
ACA, Fort Lewis
(carole.benson@us.army.mil)
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- DESCRIPTION OF SERVICES. The Contractor shall provide all direct labor, training material, supervision (of contractor personnel), facilities, and all other items and services (not specifically identified to be Government-furnished), necessary to con duct a six-day driving course for Military Mobile Force Protection Training (MMFPT). This training shall encompass classroom and hands-on driving instruction. At the completion of the course, each student (successfully completing the training) shall have been taught the antiterrorism/force protection requisite skills indicated and earned Certifications, where appropriate. This training shall be conducted at a location (s) determined by the Contractor in the proposal. This contract is subject to the Service Contract Act and each interested Contractor shall provide the City, County, and State where its training may be provid ed. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by an offeror by the date specified in the solicitation at the Federal Acquisition Regulation (FAR) clause 52.222-49. FAR 52.222-49 - SERVICE CONTRACT ACT--PLACE OF PERFORMANCE UNKNOWN (MAY 1989) will be incorporated into the solicitation and any resulting contract. Service Delivery Plan. The Contractor shall develop and maintain a Service Delivery Plan which shall address, as a minimum, the following: management and operational procedures for the delivery of required services, coordinating, quality control, environ mental management, and record keeping and reporting using the minimum training requirements detailed in the Performance Work Statement (PWS). The Contractor shall perform all required minimum training services identified. This requirement is to be awarded as a multi- year; base period plus 4 options year contract. The initial Period of Performance is expected to be 01 May 2007 through 30 April 2008, with each option, if exercised to begin on 01 May. This requirement will be 100 percent set-aside for service disabled veteran owned (SDVO) small business concerns. IAW FAR Part 19 the following minimums apply: NAICS Code: 611699, the size standard for a SDVO small business is defined as any concern incl uding its affiliates with an average annual sales or receipts for its preceding three fiscal years not in excess of $6 million per year. Interested firms who are certified and qualified as a SDVO small business concern in this NAICS are encouraged to resp ond and submit their proposals to this office no later than the date and time stated in the request for proposals. If you contact this office your response should include, as a minimum, the following information: Company Name, Address, Dun & Bradstreet number, CAGE Code, point of contact with telephone and facsimile numbers, an email address, NAICS code and business si ze to the POC for this procurement. The anticipated issue date for this solicitation has not been finalized. Your point of contact for this requirement is Carole Benson, Contract Specialist. Telephonic requests will not be accepted. All requests for the solicitation or to provide informat ion must be sent by facsimile to (253) 967-2772 Attention: Contract Specialist, Carole Benson or emailed to carole.benson@us.army.mil. The solicitation will be issued and available for download on the Army Single Face to Industry (ASFI0 website located at : https://acquisition.army.mil/asfi, on the Federal Business Opportunities (Fedbizopps) website located at: http://www.fedbizopps.gov, and on the Fort Lewis website located at: http://www.lewis.army.mil/doc on the issue date of the solicitation. Offers mu st conform to the terms and conditions of the solicitation to include how to submit proposals. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-FEB-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ25/W911S8-07-R-0006/listing.html)
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN01372855-F 20070816/070814224130 (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 |