SOLICITATION NOTICE
U -- CDL Training
- Notice Date
- 4/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- DHS-10-55054
- Point of Contact
- Karen R. Petty, Phone: 2023443951
- E-Mail Address
-
karen.petty@dhs.gov
(karen.petty@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-38. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 611519, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is set aside for small business concerns and will be awarded as a Firm Fixed Price Purchase Order. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor Federal Business Opportunities' website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), located in Long Beach, CA has a requirement for Standard Commercial Drivers License (CDL) Experience. Typical performance requires the Contractor/Vendor to perform standard CDL Training services at the designated location(s). 301 E. Ocean Blvd Rm 1435, Long Beach, CA 90802 1.0 INTRODUCTION •1.1 Background: The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), located in Long Beach, CA has a requirement for Standard Commercial Drivers License (CDL) Experience. Typical performance requires the Contractor/Vendor to perform standard CDL Training services at the designated location(s). 1.2 Objective: The purpose of this procurement action is to establish a bonded, commercial CDL training service to support the Los Angeles/Long Beach Seaport. 2.0 SCOPE OF WORK Element 1: The Contractor/Vendor shall provide all supervision, personnel, labor, bonding, licenses, permits, and pay for all fees/supplies necessary to perform CDL Training Services to CBP Los Angeles/Long Beach Seaport. Services from Contractor shall include, but not be limited to: •· Hands-on instruction behind the wheel •· Contractor shall provide on-site training •· Sample Tests, and obtain Instruction Permits from DMV •· Contractor shall pay all DMV fees •· The written test portion of the class shall include all designated officers •· Contractor shall conduct a 2-day class on the written portion of the DMV test •· Contractor shall familiarize the officers with the various DMV CDL codes that will be on the written test •· Contractor shall provide a course review at the completion of the classroom instruction prior to taking the written test •· Contractor shall schedule an appointment with the DMV to facilitate the DMV examination/test •· Contractor shall accompany all the officers to the DMV to take their written test •· Contractor shall conduct Hands-on training with 3 officers at a time for 4 days •· With a total of 12 officers per class, they will be broken down to 4 sub-groups of 3 officers per group for the Hands-on portion of the training. •· There will be two classes for a total of 24 officers. •· Contractor shall instruct the officers on the various tasks they will be performing for the DMV driving test portion. •· Contractor shall accompany the officers to the DMV site for the driving portion of the test. 2.1.1 Element 2 : CDL Site: •· Due to the sensitive nature of our equipment the instruction shall take place at the A-TCET Warehouse located at 1145 S. 233 rd Street Carson, CA 90745 but not mandatory. •2.1.2 Element 3: Agenda for the first part of training: INITIAL MEETING: ALL OFFICERS •· Classroom training for commercial vehicles. •· Q and A BETWEEN DAY 2-3: ALL OFFICERS •· All employees shall obtain the Instruction Permit for Class B License from DMV. •· Appointments with DMV shall be set up in advance. 2.1.3 Element 4: Agenda for the second part of the course will be Hands-on training, using our Non Intrusive Inspection (NII) vehicle the Mobile Truck X-ray (MTXR), at our site ( 1145 S. 233 rd Street Carson, CA 90745). •· Each officer shall go through 4 days of actual Hands-on training. •· Maximum number of officers shall not exceed a total of 12 per session. For hands-on training, officers shall be divided into four (4) groups with a maximum of three (3) officers per group. DAY 4-6 Hands-on training- Maximum number of officers shall not exceed three (3) OFFICERS at a time. HANDS-ON TRAINING shall consist of the following sample session: •· Backing and Parking procedures with CBP NII vehicle on site. •· Straight line backing, Alley dock, Parallel parking, Street Driving •· Pre-trip inspection, Driving Time •· Applied brake test •· Walk-around inspection •· Proper use of lanes •· Right and left turns •· Lane changes •· Practice weak points by individual. (As needed) •· Street and Highway driving DAY 7 (Fourth day of Hands-on training) Maximum number of officers shall not exceed three (3) OFFICERS at a time. •· Driving test rehearsal DAY 8 (Driving test at DMV) Maximum number of officers shall not exceed three (3) OFFICERS at a time. •· The Contractor shall contact management at the Department of Motor Vehicles to schedule the necessary dates and times for driving tests •· The officers shall perform the Driving Test at the DMV. 3.0 Period of Performance: •· 25 days at 8 hours a day •· 3 days as a group for the written test •· 5 days with 3 officers at a time for the driving skills portion. •· The training shall be completed within 45 days of the contract approval date. In the event that someone does not pass the driving test, Contractor shall provide an additional day for remedial training and schedule an additional day with the DMV for re-testing. 4.0 PERFORMANCE REQUIREMENTS 4.1 Performance Interruption: Performance is not to be interrupted as a result of instruction and shall not to exceed 64 hours per student. •4.1 Identification of Personnel: The Contractor shall provide a current up-to-date list of the names and signatures of their personnel who are authorized to perform the designated services. •4.2 Personnel Security Requirements: Contractor/Vendor shall have the appropriate Security requirement badge or pass to enter the designated Seaport Terminal for instruction. Contractor must be able to pass a Background Investigation or Suitability Screening in order to access the CBP facility. EVALUATION AND AWARD: Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than cost or price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then cost or price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Karen.Petty@dhs.gov no later than May 4, 2010, 2:00pm EST. QUOTATIONS DUE: All quotations are due, via email to: Karen.Petty@dhs.gov, no later than 2:00pm, EST on: May 7, 2010. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to: Karen.Petty@dhs.gov. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-10-55054/listing.html)
- Place of Performance
- Address: 301 E. Ocean Blvd, Rm 1435, Long Beach, California, 90802, United States
- Zip Code: 90802
- Zip Code: 90802
- Record
- SN02137188-W 20100502/100430235317-8bcdc2cf565b16510cc79732c61dccb5 (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 |