Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
SOLICITATION NOTICE

U -- Motorcycle Safety Course Training Services - Statement of Work

Notice Date
11/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611692 — Automobile Driving Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4A0031252AT01
 
Archive Date
12/13/2011
 
Point of Contact
Andre D, Bonifacio, Phone: 8502834237, Nicole M. Molt, Phone: 8502838619
 
E-Mail Address
andre.bonifacio@tyndall.af.mil, nicole.molt@tyndall.af.mil
(andre.bonifacio@tyndall.af.mil, nicole.molt@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial services 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A0031252AT01 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 611692. The business size standard is $7,000,000.00. The following solicitation is for Motorcycle Safety Training services. The award resulting from this RFQ will be for a base period of one (1) year with four (1) year option periods. Contract Line Item Numbers (CLINS): 0001: Basic Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW) dated 1 November 2011. The projected period of performance for the base year is 1 December 2011 - 30 November 2012. Quantity: 160 Units: Each Unit Price: Amount: 0002: Skills Practice motorcycle safety training services in accordance with the attached statement of work (SoW) dated 1 November 2011. The projected period of performance for the base year is 1 December 2011 - 30 November 2012. Quantity: 40 Units: Each Unit Price: Amount: 0003: Advance Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW) dated 1 November 2011. The projected period of performance for the base year is 1 December 2011 - 30 November 2012. Quantity: 20 Units: Each Unit Price: Amount: 1001: Basic Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 1: 1 December 2012 - 30 November 2013. Quantity: 160 Units: Each Unit Price: Amount: 1002: Skills Practice motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 1: 1 December 2012 - 30 November 2013. Quantity: 40 Units: Each Unit Price: Amount: 1003: Advance Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 1: 1 December 2012 - 30 November 2013. Quantity: 20 Units: Each Unit Price: Amount: 2001: Basic Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 2: 1 December 2013 - 30 November 2014. Quantity: 160 Units: Each Unit Price: Amount: 2002: Skills Practice motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 2: 1 December 2013 - 30 November 2014. Quantity: 40 Units: Each Unit Price: Amount: 2003: Advance Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 2: 1 December 2013 - 30 November 2014. Quantity: 20 Units: Each Unit Price: Amount: 3001: Basic Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 3: 1 December 2014 - 30 November 2015. Quantity: 160 Units: Each Unit Price: Amount: 3002: Skills Practice motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 3: 1 December 2014 - 30 November 2015. Quantity: 40 Units: Each Unit Price: Amount: 3003: Advance Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 3: 1 December 2014 - 30 November 2015. Quantity: 20 Units: Each Unit Price: Amount: 4001: Basic Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 4: 1 December 2015 - 30 November 2016. Quantity: 160 Units: Each Unit Price: Amount: 4002: Skills Practice motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 4: 1 December 2015 - 30 November 2016. Quantity: 40 Units: Each Unit Price: Amount: 4003: Advance Rider Course motorcycle safety training services in accordance with the attached statement of work (SoW). Option year 4: 1 December 2015 - 30 November 2016. Quantity: 20 Units: Each Unit Price: Amount: Services will be performed at Tyndall AFB, FL 32403. Per FAR 52.212-2, 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: Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.217-5 - Evaluation of Options 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-41 - Service Contract Act of 1965 52.222-50 - Combating Trafficking in Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.245-1 - Government Property 52.245-9 - Uses and Charges 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements relating to the compensation of former DoD Officials 252.203-7002 - Requirement to inform employees of Whistleblower Rights. 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.245-7002 - Reporting Loss of Government Property 5352.242-9000- Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 5352.201-9101 - Ombudsman Wide Area Work Flow (WAWF) -All invoicing resulting from this award will submitted electronically through Wide Area Work Flow. 52.217-8 - Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days prior to contract expiration. (End of clause) 52.217-9 - Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006) - ALTERNATE I (MAY 2006) (a) Contract line item 0001, 0002 & 0003 is incrementally funded. The sum of tiny_mce_marker____ is presently available for payment and allotted to this contract. An allotment schedule is contained in paragraph (j) of this clause. (b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximate the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs for those item(s). (c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any costs for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimate date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (I) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by the parties. If after such notification additional funds are not allotment by the date identified in the Contractor's notified, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitle "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT". (d) additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly. (e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitle "disputes." (f)The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause. (h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government." (i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342. (j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: On execution of contract $----______ March 1, 2012 $----_______ June 1, 2012 $----______ September 1, 2011 $----______ (End of clause) Addendum to FAR 52.212-1 Offerors shall supply the following information with their quote: a.) Prices under CLINS 0001, 0002, 0003, 1001, 1002, 1003, 2001, 2002, 2003, 3001, 3002, 3003, 4001, 4002 & 4003. b.) Tax Identification number. c.) Cage Code. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. d.) Technical Ability: All instructors providing MSF-related motorcycle safety training must be MSF- certified instructors. Proof of instructor certification shall be provided by the contractor prior to contract award. e.) Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Please send quotes to Andre Bonifacio (850-283-4237) at andre.bonifacio@tyndall.af.mil NO LATER THAN 28 November 2011, 01:00 PM local time. Anticipated award date is shortly after receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A0031252AT01/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02620764-W 20111111/111109234706-44bf6e678b54882f1775c74acc13fd53 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.