SOLICITATION NOTICE
99 -- Vehicles and Maintenance for Dynamics of Defensive Driving Courses - Bid Schedule - Statement of Work - Wage Determination
- Notice Date
- 10/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532111
— Passenger Car Rental
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- F2FT39026A001-V
- Archive Date
- 11/17/2010
- Point of Contact
- Jarreau A. Vieira, Phone: 8508843268, David P. Jesmain, Phone: 850-884-3262
- E-Mail Address
-
jarreau.vieira@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(jarreau.vieira@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Department of Labor Wage Determination State of Work (SOW) Bid Schedule 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; proposals are being requested and a written solicitation will not be issued. Solicitation Number F2FT39026A001-V is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45, e ffective 01 October 2010. This acquisition is 100% set-aside for Small Business concerns. The North American Industry Classification System (NAICS) code for this project is 532111, and Standard Industrial Classification (SIC) code 7514. The Size Standard for NAICS 532111 is $25.5M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Training vehicles and on site vehicle maintenance services during training sessions at Hurlburt Field AFB Florida as specified in accordance with the attached Statement of Work. The vehicles provided are for use at training courses designed to provide trainees with realistic, hands-on experience in extreme environments. The Defensive Driving Course is comprised of 100% hands-on exercises which will stress universal driving techniques to navigate various traffic situations and/or recovery from hostile or terrorist environment/actions. The length of each course is four (4) days and are part of multiple Antiterrorism/Force Protection courses and a larger course curriculum. This requirement requires the use of vehicles for teaching of tactical driving course per the Statement of Work and may or may not be damaged or destroyed during the training. The ONLY requirements in this solicitation are the materials (i.e. the vehicles) as specified in the Statement of Work and the support personnel (i.e. onsite maintenance team to transport, recover, and service onsite vehicles) as specified in the Statement of Work. The road which the vehicles will be used on is an unused runway that is paved with unknown dimensions. This solicitation does not include a requirement for training, nor is a site location being requested. Questions pertaining to the number of students, the size of the training area being used, and safety equipment provided are not relevant to this solicitation. Only the defined number of vehicles as specified in the Statement of Work and the personnel to support them are being requested in this solicitation. The Defensive Driving Course as defined in the Statement of Work. This requirement is for a period of performance spanning one year with five courses throughout the period of performance. This requirement has a Base Year period with four (4) one-year option periods (12 Months each). See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0001: Courses 1-5 in accordance with the SOW Contract Line Item (CLIN) 1001: Courses 1-5 in accordance with the SOW Contract Line Item (CLIN) 2001: Courses 1-5 in accordance with the SOW Contract Line Item (CLIN) 3001: Courses 1-5 in accordance with the SOW Contract Line Item (CLIN) 4001: Courses 1-5 in accordance with the SOW Contract Line Items (CLINS) for Option Years will not necessarily be for the same months as the base or following years and will be coordinated with the contractor at the exercise of any option. Specific dates will be coordinated within 2 weeks of the start date for each class. Delivery Terms are FOB Destination for delivery to 371 SOCTS/FST AFSOC, Hurlburt Field, Florida 32544-5267. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Jarreau A. Vieira, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 02 Nov 2010 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2FT39026A001-V. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. T echnical capability is approximately equal to price. The Government will award a Firm Fixed Price contract to the technically-acceptable and responsible offeror with the lowest price offer. The Government will make an award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. For this solicitation, Technical Capability will be determined through the offerors submission of a document not to exceed 2 pages, stating their ability to provide both the number of vehicles and qualified maintenance personnel required to satisfy the tentative schedule. Ensure technical capability documents as well as Bid Schedule are submitted for consideration of award. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jul 2010) (Deviation) also apply to this Request for Proposal. FAR 52.212-3, Offeror Representations and Certifications (Oct 2010) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) Point of contact is Jarreau A. Vieira, Contract Specialist, Phone (850) 884-3268, email: jarreau.vieira@hurlburt.af.mil; David P. Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: a. Statement of Work b. Bid Schedule c. Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT39026A001-V/listing.html)
- Place of Performance
- Address: 371 SOCTS/FST AFSOC, Hurlburt Field AFB, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN02315473-W 20101024/101022233747-44975365b89100dcb4e63e862fcbaa11 (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 |