|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1998 PSA#2237Virginia Contracting Activity, P.O. Box 46563, Washington, D.C.
20050-6563 U -- TRAINING/DEFENSIVE DRIVING INSTRUCTION SOL MDA908-99-R-0002 DUE
122998 POC Ryan Ghiz, (202) 231-2878 (i) 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. (ii) This SOLICITATION NUMBER
MDA908-99-R-0002 is issued as a request for proposal (RFP). (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through FEDERAL ACQUISITION CIRCULAR #97-08, and DEFENSE
FEDERAL ACQUISITION CIRCULAR #91-13. (iv) This solicitation is
unrestricted. SIC is 8331. (v) A list of CONTRACT LINE ITEM NUMBER(S)
and items are: CLIN 0001: Attach Training Course, Base Year (FY1999);
CLIN 0002: Attach Staff Officers Course, Base Year (FY1999); CLIN 0003:
Attach Training Course, Option Year I (FY2000); CLIN 0004: Attach Staff
Officers Course, Option Year I (FY2000); CLIN 0005: Attach Training
Course, Option Year II (FY2001); CLIN 0006: Attach Staff Training
Course, Option Year II (FY2001); The Government requires a proposal for
a Base period and two optionyears. I. OBJECTIVE The Contractor shall
design, document and deliver courses related to Defensive Driving on
topics to include: a. Antiterrorist Vehicular/Personal/Surveillance and
Counter Surveillance Tactics (8 hours) b. Defensive Driving Tactics (8
hours) The courses shall consist of Vehicle Dynamics/Control, Evasive
Maneuvers, Terrorist Attack Recognition, Highway Response, and
Surveillance Detection. II. CONTRACTOR REQUIREMENTS a. The contractor's
Training facility shall be within an 80 mile radius of Washington DC.
b. The contractor shall provide a 40-person classroom within the
proximity of the driving track. Classroom must also contain
chalkboards, TV monitors, VCR, Overhead projector and 35mm-slide
projector to be utilized during the lectures. c. Contractor's training
facility shall have at least a 1.5-mile driving track with a straight
a way that shall safely accommodate speeds of 75 mph. The track must
have sufficient cover and concealment areas and random turns to allow
realistic surprise vehicle attacks in ambush scenarios. The driving
track shall also include man made barriers (such as parked vehicles,
buildings, bridges, etc.). The facility shall have a paved skid-pad,
capable of being flooded with water. d. The Contractor shall furnish
and maintain eight vehicles used during all phases of the training. The
Contractor must be able to provide up to twelve vehicles provided
adequate notification is given prior to each iteration. The vehicles
must be equal in operation to midsize sedans. III. CONTRACTOR
RESPONSIBLITIES a. Ensure all vehicles are properly maintained and in
excellent working condition. b. Provide an operable sedan (junk type)
to be used in ramming, with suitable replacement to ensure all students
are allowed at least one ram exercise. c. Provide helmets that meet
approved 290 Federal Safety Standards for all students and instructors.
d. Provide a two-way radio for each vehicle. e. Provide a manned
ambulance and fire truck. f. Assume full responsibility for all
contractor furnished equipment and vehicles. Any and all damage
regardless of nature and/or kind shall be at the contractor's expense.
g. Provide vehicles utilized for training the forward 180-degree turn.
These vehicles shall be equipped with a hydraulic boot-leg system. The
100 boot-legger turn capacity per vehicle must be accomplished on dry
pavement (weather permitting) and during the attack scenarios. h.
There shall be no more than three students per vehicle. i. The
instructor shall coordinate each assigned presentation with the
Contracting Officers Representative (COR). IV. COURSE DOCUMENTATION a.
The Contractor shall design and document each iteration of the course
AND SUBMIT DRAFT DOCUMENTATION to the COR. The COR will review and
return it to the Contractor. After modification or revision, the course
documentation will be provided to the COR 3 weeks prior to each course
for reproduction. The documentation shall be in clean, reproducible,
standard 8 1/2 by 11 inches copy. The reproductions will be returned to
the Contractor NLT 2 days prior to presentation. The Contractor will
provide Visual Aids as overhead slides. b. The contractor shall provide
students with a course package of readings and recommended reading
lists at the first class session of each course. All readings shall be
properly marked to identify all rights in data included therein. c.
The contractor will compile all course text packages including all
media and any materials provided. Each course package will be provided
to the COR. V. COURSE DATES a. Vehicular Surveillance and Counter
Surveillance Course CLIN 0001 01 Feb 99, 10 May 99, 13 Sep 99 CLIN 0002
08 Mar 99, 03 May 99, 16 Aug 99 CLIN 0003 31 Jan 00, 08 May 00, 18 Sep
00 CLIN 0004 01 Nov 99, 01 Mar 00, 24 May 00, 09 Aug 00 CLIN 0005 29
Jan 01, 07 May 01, 17 Sep 01 CLIN 0006 01 Nov 00, 07 Mar 01, 25 May 01,
08 Aug 01 Note: CLINs 0001, 0003, & 0005 -- 72 students CLINs 0002,
0004, & 0006 -- 33 Students b. Defensive Driving Tactics CLIN 0001
02-03 Feb 99, 11-12 May 99, 14-15 Sep 99 CLIN 0002 09 March 99, 04 May
99, 17 Aug 99 CLIN 0003 01-02 Feb 00, 09-10 May 00, 19-20 Sep 00 CLIN
0004 2 Nov. 99, 2 March 00, 25 May 00, 10 Aug 00 CLIN 0005 30-31 Jan
01, 08-09 May 01, 18-19 Sep 01 CLIN 0006 2 Nov 00, 8 March 01, 29 May
01, 09 Aug01 Note: CLINs 0001, 0003, & 0005 -- 36 students CLINs 0002,
0004, & 0006 -- 33 students (vi) The contractor shall provide all
materials on a FOB destination basis. (vii) FAR 52.212-1 Instructions
to Offerors, Commercial, is incorporated by reference and applies to
this acquisition. (viii) FAR 52.212-2, Evaluation, Commercial Items
(OCT 1995) is incorporated by reference and applies to this
acquisition. ADDENDUM 52.212-2 Para(a). Award will be based on best
value. The following factors shall be used to evaluate offers:
technical capability, price and past performance. Technical capability
and past performance are more important than price. (ix) Offerors
shall include a completed copy of the provision at FAR 52.212-3,
Offeror Representations and Certifications,Commercial Items (OCT 1995)
with its offer. (x) FAR 52.212-4, Contract Terms and Conditions,
Commercial Items (OCT 1995) is incorporated by reference and applies to
this acquisition and resulting contract. Contract Type: The resulting
contract will be firm, fixed price (FFP). (xi) FAR 52.212-5 Contract
Terms and Conditions Required to Implement Statutes (OCT 1995) is
incorporated in this contract by reference, however, for paragraph (b)
only the following provisions apply to this acquisition: 52.212-5(b):
52.203-6, Restrictions on Subcontractor Sales to the Government with
Alternate I (OCT 1995), 52.203-10, Price or Fee Adjustment for Illegal
or Improper Activity, 52.219-8, Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns, 52.219-9, Small, Small
Disadvantaged and Women-Owned Small Business Subcontracting Plan,
52.219-14, Limitation on Subcontracting, 52.222-26, Equal Opportunity,
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36, Affirmative Action for Handicapped Workers,
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.239-1, Privacy or Security Safeguards (xii) DPAS
rating: N/A. (xiii) CBD numbered notes: N/A. (xiv) The Government
reserves the right to award without discussions. (xv) Proposal are to
be submitted by 29 December 1998, to the Virginia Contracting Activity,
ATTN: DAP-2 (Ryan Ghiz), MacDill Boulevard, Building 6000, Bolling Air
Force Base, Washington DC 20340-5100. Offerors shall provide names,
addresses and phone numbers of 3 customers, either Government or
commercial, that have received the contractor's services during the
past 3 years. Offerors must acquaint themselves with the new
regulations concerning Commercial Item acquisition contained at FAR
Subpart 12 and must ensure that all Representations and Certifications
are executed and returned as required in this synopsis/solicitation.
(xvi) Names and Telephone number of individual to contact for
information regarding the solicitation: Ryan Ghiz, Contract Specialist,
(202) 231-2878; Andrew T. Bewick, Contracting Officer, (202) 231-8459;
fax (202) 231-3368 or (202) 231-2831. Posted 12/04/98 (W-SN277261).
(0338) Loren Data Corp. http://www.ld.com (SYN# 0082 19981208\U-0003.SOL)
U - Education and Training Services Index Page
|
|