SOLICITATION NOTICE
U -- PLS Training
- Notice Date
- 3/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
- ZIP Code
- 40601-6192
- Solicitation Number
- W912KZ-09-R-0006
- Response Due
- 4/9/2009
- Archive Date
- 6/8/2009
- Point of Contact
- Diane Hutchinson, 502-607-1390<br />
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W912KZ-09-R-0006 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 31 dated March 19, 2009. This solicitation is unrestricted. The associated NAICS code is 611699. Pursuant to FAR 22.1006(a), this acquisition shall comply with the Service Contract Act of 1965. All responsible sources may submit a proposal which will be evaluated by the agency. This acquisition is for a comprehensive training program for the Army Palletized Load System (PLS) Truck and Trailer. Training will include operation/operation maintenance of the Oshkosh PLS truck model number M1074/M1075 and trailer model number M1076. Training will take place at Wendell H. Ford Regional Training Center (WHFRTC), 4765 State Route181 North, Greenville, KY 42345. Training will need to be provided for forty eight (48) students over a four day period of 13-16 May 2009. Adequate training personnel will be provided to train four groups of 12 soldiers simultaneously. Training will be conducted both in a classroom setting and outdoors. Government furnished property will include 8 each PLS Trucks and Trailers and 16 each Flatracks. Classrooms with audio-visual equipment are available onsite. The training shall be conducted on a mutually agreed upon schedule totaling no more than four days occurring 13-16 May 2009. Instructors should be available for a ten hour training day schedule (4 days x 10 hours = 40 hours). The contractor shall quote pricing per training event for contract line item number (CLIN) 0001. CLIN 0001: PLS Training of 48 students to occur 13-16 May 2009. As a result of this training, students will achieve the required knowledge, skills and abilities needed to acquire licensing to operate the M1075 and M1076 PLS. The training should include the following: provide students familiarization with all components of the system, operation of the truck and trailer, loading and off-loading flatracks, experience driving on improved roadways and off-road, and basic operator level maintenance. Instructors should be licensed to operate the M1075 and M1076, have thorough knowledge of the operation of the system and be instructor qualified. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1. Submission of proposal shall include the following: (1) Technical capabilities including a plan of the Course of Instruction and a training schedule (2) Past Performance: provide three past performance references (not more than 3 years old). Past performance references shall be similar to this requirement in scope and size. Include Point of contact, contract number, period of performance, and contract amount. (3) Price: all pricing quoted shall be FOB Destination. The basis for award is best value. Best value means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Capabilities (2) Past Performance (3) Price. An offer will be considered unacceptable if evidence of technical capability and past performance are not met. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: technical capabilities: (1) Experience, (2) Course of Instruction, past performance, and price); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.217-9 Option to Extend the Term of the Contract ; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.245-1 Government Property; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment. The following clauses apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR! 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Bidders shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Bidders are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR). For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. Submit proposals to USPFO for Kentucky, Attn: Diane Hutchinson, 120 Minuteman Parkway, Frankfort, KY 40601-6192. Proposals may also be emailed to diane.hutchinson@us.army.mil or faxed to 502-607-1424. Any questions regarding the solicitation should be emailed to the above email address. Proposals are due by 9 April 2009 by 4:00PM Eastern Standard Time. Contracting Office Address: USPFO for Kentucky Purchasing and Contracting 120 Minuteman Parkway Building 120 Frankfort, KY 40601-6192 Point of Contact: Diane Hutchinson 502-607-1390 Fax 502-607-1424 diane.hutchinson@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9643f76650dc8a5a39e6f811da5d18cf&tab=core&_cview=1)
- Place of Performance
- Address: Wendell H. Ford Regional Training Center 4765 State Route 181 North Greenville KY<br />
- Zip Code: 42345<br />
- Zip Code: 42345<br />
- Record
- SN01777188-W 20090327/090325215519-9643f76650dc8a5a39e6f811da5d18cf (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 |