JB Charleston Motorcycle Training Courses

expired opportunity(Expired)
From: Federal Government(Federal)
FA441819R0515

Basic Details

started - 24 Jun, 2019 (about 4 years ago)

Start Date

24 Jun, 2019 (about 4 years ago)
due - 25 Jun, 2019 (about 4 years ago)

Due Date

25 Jun, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA441819R0515

Identifier

FA441819R0515
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE AIR FORCE (60189)AMC (72439)FA4418 628 CONS PK (558)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATIONFA4418-19-R-0515Motorcycle Safety ProgramREVISED 12 June 20191) Technical Data Requirements have been updated2) Clauses 52.217-9. 52.212-1, 52.212-2, have been updated3) PWS Revised 12 June 2019 (BRC changed to BRCu)4) Pricing Worksheet has been updated (BRC changed to BRCu)5) Period of Performance has been added(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued.(ii) This solicitation/synopsis reference number is FA4418-19-R-0515 and is being issued as a Request for Quote (RFQ).(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Docket No. FAR 2019-02TA, effective 9 May 2019.(iv) This acquisition is unrestricted.
The NAICS code is 611692 (Motorcycle driving schools) with a size standard of $7.5 million.(v) Contractors shall submit a Quote to provide a Motorcycle Safety Program (IAW) the attached Performance Work Statement (PWS) (Revised 12 June 2019) at Joint Base Charleston - Naval Weapons Station, SC:All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services will be provided and/or maintained by the contractor except as specified in the contract as Government Furnished Property. A fixed price, Indefinite Delivery Contract (IDC) is contemplated.(vi) FA441819R0515 Motorcycle Safety Program, Joint Base Charleston - Naval Weapons Station, South Carolina.See Attachments for submittal of a Quotation:-Attachment 1. Request for Quotation (RFQ)-Attachment 2. Performance Work Statement (PWS)(vii) Period of performance:        Base Period; 1 Aug 2019- 30 Sep 2019       1st Option; 1 Oct 2019- 30 Sep 2020       2nd Option; 1 Oct 2020- 30 Sep 2021       3rd Option; 1 Oct 2021- 30 Sep 2022       4th Option; 1 Oct 2022- 30 Sep 2023(viii) The government intends to issue a fixed price purchase order. RFQ includes a partial base period plus four (4) one-year option periods.(viiii) APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/.Federal Acquisition Regulation:52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights52.204-7 System for Award Management52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13 System for Award Management Maintenance,52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.212-1 Instructions to Offerors- Commercial Items,ADDENDUM 52.212-1A. To assure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Past Performance II - Technical and III - Price.B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional data will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price.52.212-2 Evaluation- Commercial ItemsADDENDUM 52.212-2a. Basis for Contract AwardEvaluation factors are past performance, technical factors and price. Past performance and technical factors will be evaluated on a basis significantly more important than price. An assessment will be made to determine the best value to the government.All offerors will be reviewed first for technical acceptability. Those offerors that are determined to be "Acceptable" will then be ranked by price and past performance. Offerors will be ranked from the lowest priced offeror to the highest priced offeror. If the lowest priced offer is found to have a "Substantial" past performance rating then that offeror represents the best value for the Government. If the lowest price offeror is not found to have a "Substantial" past performance rating, then the next lowest offeror shall be evaluated on past performance until an offeror is found to have both "Substantial" past performance and an "Acceptable" technical rating. This offeror represents the best value to the government.The CO will evaluate Past Performance by assigning a Performance Confidence Assessments Rating (PCAR) for past performance using table 1. If the lowest priced evaluated responsible offer is judged to have a "Substantial Confidence" PCAR, with "Acceptable" technical factors, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. If no offeror is found to have "Substantial" past performance rating, the Contracting Officer reserves the right to make a best value award decision. Past Performance: Three criteria will be used to evaluate past performance: recency (year 2015 through present), relevancy (including context of data), and quality (including general trends in contractor performance and source of information). The combination of these factors will result in a Performance Confidence Assessment Rating (table 1).Technical Factors: The Government's technical evaluation team shall evaluate the technical offers on an acceptable or unacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore, unawardable. To be technically acceptable offerors must provide a valid copy of their Motorcycle Safety Foundation Instructor Cards for all instructors to perform the intended duties on Joint Base Charleston. Offerors that do not provide Motorcycle Safety Foundation Instructor Cards or if the cards are not valid the offeror will receive an Unacceptable rating. Offerors must provide documentation of this technical performance. Offerors who fail to provide this documentation will render their quote unacceptable.Offerors will provide no more than three references of "Recent" and "Relevant" projects. Recent" is defined as projects within the past five years. "Relevant" is defined as; performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. The government reserves the right to award a contract to a higher priced offeror if the lower priced offeror(s) has a lower performance confidence assessment.A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the best value to the government.Table 1. Performance Confidence Assessments Rating MethodAdjectival Rating Description Substantial ConfidenceBased on the offeror’s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.Satisfactory ConfidenceBased on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.Neutral ConfidenceNo recent/relevant performance record is available or the offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.The offeror may not be evaluated favorably or unfavorably on the factor of past performance.Limited ConfidenceBased on the offeror’s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.No ConfidenceBased on the offeror’s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.b. Solicitation Requirements, Terms and ConditionsOfferors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable.52.212-3 Offeror Representations and Certifications -- Commercial Items.52.212-4 Contract Terms and Conditions - Commercial Items52.217-5 Evaluation of Options52.217-9 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 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 66 Months. (End of clause)52.222-17 Nondisplacement of Qualified Workers52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014)In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provision of 5 U.S.C. 5341 or 5 332.This Statement is for Information Only: It is not a Wage DeterminationEmployee Class: 15090 Technical InstructorMonetary Wage--Fringe Benefits: GS-7 $16.20 per hour + 36.25% est. for Fringes52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts).52.225-25 Affirmative Action Compliance52.232-18 Availability of Funds52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.228-5 Insurance - Work on a Government InstallationADDENDUM TO FAR 52.228-51. The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.2. General liability insurance of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence.3. Automobile liability insurance shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage, covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required.The amount of coverage on all policies shall be commensurate with any state and local requirements and shall be sufficient to meet normal and customary claims.52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/)52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/)252.203-7000 Requirements Relating to Compensation of Former DoD Officials,252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7004 Alternate A, System For Award Management252.204-7012 Safeguarding of Unclassified Controlled Technical Information252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports,252.232-7006 Wide Area Workflow Payment Instructions252.232-7010 Levies on Contract Payments,5352.223-9001 Health and Safety on Government Installations52.223-3 -- Hazardous Material Identification and Material Safety DataThe following provisions/clauses are applicable to FAR 52.212-5:52.203-6 Restrictions on Subcontractor Sales to the Government52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.52.219-6 Notice of Total Small Business Set-Aside52.219-14 Limitations on Subcontracting52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Veterans52.222.36 Equal Opportunity for Workers with Disabilities52.222-37 Employment Reports on Veterans52.222-40 Notification of Employee Rights Under the National Labor Relations Act52.222-50 Combating Trafficking in Persons,52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving,52.225-13 Restrictions on Certain Foreign Purchases,52.232-33 Payment by Electronic Funds Transfer-System for Award Management.52.222-55 Minimum Wages Under Executive Order 13658DFARS 252.204-7004, Alternate A, System for Award ManagementDFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)DFARS 252.246-7000, Material Inspection And Receiving Report (see DFARS 246.370)DFARS 252.247-7023, Transportation of Supplies by SeaAFFARS 5352.201-9101 Ombudsman (APR 2014)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Susan Madison, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.(End of clause)(x) ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only fixed price offers will be evaluated. Award will be made (all or none) to one vendor.(xi) Defense Priorities and Allocations System (DPAS): N/A(xii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 25 June 2019 no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-19-R-0515.(xiii) Address questions to 1st Lt Mitch Mickley, Contracting Specialist, at (843) 963-4570, email mitch.mickley@us.af.mil or Melissa Adams, Contracting Officer, Phone (843) 963-5157, email melissa.adams.21@us.af.mil.For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar). Direct link: http://airforcesmallbiz.org/opportunities/index.php. Also see http://www.sba.gov.org/opportunities/index.php and http://www.sba.gov.

101 E. Hill Blvd. Charleston, South Carolina 29404 United StatesLocation

Place Of Performance : 101 E. Hill Blvd.

Country : United States

Classification

611 -- Educational Services/611692 -- Automobile Driving Schools
naicsCode 611692Automobile Driving Schools
pscCode UPersonnel Testing