SOLICITATION NOTICE
69 -- HMMWV Course of Instruction
- Notice Date
- 1/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-09-T-0106
- Archive Date
- 2/26/2009
- Point of Contact
- Christine G. Anderson,, Phone: 757-893-2715
- E-Mail Address
-
christine.anderson@vb.socom.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation 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 accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0106, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29 effective 19 January 2009. The North American Industrial Classification Code (NAICS) 611699 with a business size standard of $7.0 million applies to this procurement. This procurement is Unrestricted. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services 0001 12 Person Off-Road HMMWV Course of Instruction FFP Location: Reno, Nevada; Number of Students: Twelve. See attached statement of objectives FOB: Origin PURCHASE REQUEST NUMBER: V4789890132191 0002 12 Person Off-Road Advanced HMMWV Operation Course FFP Location: Reno, Nevada; Number of Students: Twelve. See attached statement of objectives FOB: Origin PURCHASE REQUEST NUMBER: V4789890132191 Section C Statement of Objectives •1. Vehicle orientation and training program review •2. Mountainous desert terrain operations at minimum of 4000 feet altitude •3. Address at minimum, advanced navigation training, mechanical systems training, obstacle negotiation, brake throttle-modulation, sand dunes and other types of obstacles. Training will include driving and night vision goggles and field maintenance. Course of instruction will be for 6-10 students completed in no less than 40 hours and no longer than 60 hours in five consecutive calendar days. •4. Trail or terrain to be negotiated must be characterized by high altitude, arid mountainous terrain such as that found at extreme altitudes in Afghanistan. Trail or terrain to be utilized must be rated a 7 or better according to the Norcal Ttora and/or California Jeepers trail rating systems. Vendor is to provide instructors, terrain negotiation training areas, and guides. All other resources are to be provided by the government. •5. Vendor must have an established past performance record of operation in/on terrain or trail specified herein. •6. In-vehicle driving and training •7. Practical driving and operations •8. Reading terrain and risk assessment •9. Off-road driving (seat time) •10. Map, satellite photo and GPS navigation •11. Navigation of off-road performance vehicles •12. Logistics of unsupported vehicle operations •13. Vehicle loading configurations •14. Safety training •15. Vehicle prep, pre-op and post-op checks •16. Specialty operation training •17. Night operations •18. Navigations concerns •19. Mock aircraft load and unload •20. Low visibility •21. Low/No light •22. Vehicle lighting concerns and discipline •23. Infrared lighting uses and limitations •24. Night Operations Device (NODS) considerations •25. Drills and responsibilities •26. Maintenance and preventive maintenance •27. Towing (low and high speed) Training Facilities •1. Vendor will provide HVAC-equipped classroom facilities for ten personnel. Classroom facilities will be located within ten miles of government-furnished lodging (i.e., BOQ/BEQ). Training location is Reno, Nevada. •2. Off-road training venues will be characterized by high (4,000 ft. ASL minimum) desert terrain as that found in Afghanistan. Section E Inspection and Acceptance Terms Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Origin Government Origin Government 0002 Origin Government Origin Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 16-FEB-2009 TO 20-FEB-2009 N/A N/A FOB: Origin 0002 POP 23-FEB-2009 TO N/A N/A 27-FEB-2009 FOB: Origin CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.204-7 Central Contractor Registration APR 2008 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-15 Defense Priority And Allocation Requirements APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certification--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JAN 2009 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) Alternate I DEC 2001 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) - Alternate I JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-41 Service Contract Act Of 1965 NOV 2007 52.232-17 Interest OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.244-6 Subcontracts for Commercial Items DEC 2008 52.246-4 Inspection Of Services--Fixed Price AUG 1996 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7003 Item Identification and Valuation AUG 2008 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 following factors shall be used to evaluate offers: Technical capability. Vendor must have conducted Off-Road Driving Instruction in training Special Operations Force (SOF) personnel in tactical vehicle operation and employment; Six months Off-Road tactical vehicle training and training on a diverse fleet of tactical vehicles. Instructors must demonstrate experience in mounted tactical vehicle operations, tactical vehicle training, tactical vehicle development, and off-road racing. Vendor shall submit a curriculum specific to the statement of objectives. Vendors shall submit responses to the following questions with their quote: •1. Define brake throttle-modular and perform brake throttle modulation •2. Describe the four primary factors in proper brake throttle modulation •3. Define line of attack and demonstrate proper line of attack •4. Identify the number and type of differentials standard on a HMMWV •5. Define side-type obstacles including proper positioning for each Past Performance. Vendor must submit past performance experience within the last six months. Past performance information shall include contract number, agency name, agency point of contact/email address/telephone number. Location. Training location is Reno, Nevada. Price Technical, capability, past performance, and location when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Award will be made based on best value to the government. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective offeror will not be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to Christine Anderson at christine.anderson@vb.socom.mil. Quotes must be received no later than 12:00 p.m. Eastern Standard Time (EST) on 11 February 2009. The offeror agrees to hold its prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Christine Anderson. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a2b40beb6377d70e247cd80b17dc078e&tab=core&_cview=1)
- Place of Performance
- Address: Reno, Nevada, 89501, United States
- Zip Code: 89501
- Zip Code: 89501
- Record
- SN01741140-W 20090201/090130215810-556e6fef24bc5192960803ab7b022df9 (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 |