AFICA_Motorcycle Safety Instructors

expired opportunity(Expired)
From: Federal Government(Federal)
FA448419QA005

Basic Details

started - 23 Apr, 2019 (about 5 years ago)

Start Date

23 Apr, 2019 (about 5 years ago)
due - 26 Apr, 2019 (about 5 years ago)

Due Date

26 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA448419QA005

Identifier

FA448419QA005
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (705942)DEPT OF THE AIR FORCE (60212)AMC (72458)FA4484 87 CONS PK (521)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

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.

Added:Apr 10, 2019 8:45 amCOMBINED SYNOPSIS/SOLICIATIONFA4484-19-Q-A005Motorcycle Safety InstructorsThis is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.Solicitation number FA4484-19-Q-A005 is being issued as a request for quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (effective 20 Dec 18) and Defense Federal Acquisition Regulation Supplement 20190215 (effective 15 Feb 2018). It is the contractor's responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% small business set-aside. The North American
Industrial Classification System Code is 611692 Motorcycle driving schools, with a small business size standard of $7.5M. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:CLIN 0001 - BRCU 16 classes (12 students per class) in accordance with (IAW) the attached performance work statement (PWS).Base Year: 1 Jun 2019 - 31 May 2020Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 0002 - BRC2 10 classes (12 students per class) IAW the attached PWS.Base Year: 1 Jun 2019 - 31 May 2020Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 0003 - ARC 5 classes (12 students per class) IAW the attached PWS.Base Year: 1 Jun 2019 - 31 May 2020Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 1001 - BRCU 16 classes (12 students per class) in accordance with (IAW) the attached performance work statement (PWS).Option Year: 1 Jun 2020 - 31 May 2021Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 1002 - BRC2 10 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2020 - 31 May 2021Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 1003 - ARC 5 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2020 - 31 May 2021Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 2001 - BRCU 16 classes (12 students per class) in accordance with (IAW )the attached performance work statement (PWS).Option Year: 1 Jun 2021 - 31 May 2022Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 2002 - BRC2 10 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2021 - 31 May 2022Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 2003 - ARC 5 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2021 - 31 May 2022Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 3001 - BRCU 16 classes (12 students per class) in accordance with (IAW )the attached performance work statement (PWS).Option Year: 1 Jun 2022 - 31 May 2023Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 3002 - BRC2 10 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2022 - 31 May 2023Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 3003 - ARC 5 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2022 - 31 May 2023Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 4001 - BRCU 16 classes (12 students per class) in accordance with (IAW ) the attached performance work statement (PWS).Option Year: 1 Jun 2023 - 31 May 2024Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 4002 - BRC2 10 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2023 - 31 May 2024Monthly Price $_____________ TOTAL for 12 Months: $_____________CLIN 4003 - ARC 5 classes (12 students per class) IAW the attached PWS.Option Year: 1 Jun 2023 - 31 May 2024Monthly Price $_____________ TOTAL for 12 Months: $_____________QUOTES DUE DATE: All quotes are due no later than 2:00 PM EST 26 Apr 2019. Quotes shall be emailed to Ramnarine.Mahadeo.1@us.af.milATTACHMENTS:1. Ocean County Wage Determination 2015-4196 Rev 8 dated 26 Dec 20182. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors.3. Security Forces Squadron Appendix.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 two (2) separate parts; Part I - Technical and Part II - PriceB. 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 AwardThis requirement will result in a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) and as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the lowest priced offer. 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 lowest price technically acceptable quote.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.c. Technical FactorThe 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 and proof of a valid New Jersey State Motorcycle Rider Coaches certification for all instructors to perform the intended duties on Joint Base McGuire Dix Lakehurst. Offerors that do not provide Motorcycle Safety Foundation Instructor Cards or the cards are not valid and proof of valid New Jersey State Motorcycle Rider Coaches certification 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.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 Contract52.222-17 Nondisplacement of Qualified Workers52.222-43 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 Installations5352.201-9101 OmbudsmanThe 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 13658ADDITIONAL 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 firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.Performance Work Statementfor Basic Rider Course Update, Basic Rider Course 2 and Advanced Rider Course Instructors at JOINT BASE MCGUIRE-DIX-LAKEHURST, LAKEHURST, NEW JERSEY1. DESCRIPTION OF SERVICES. The contractor shall provide all qualified personnel required to instruct up to: 16 Basic Rider Course Update (BRCU) classes, 10 Basic Rider Course 2 (BRC 2) and 5 Advanced Rider Course (ARC) classes with a maximum of 12 students per class. The BRC and BRCU are two days and the BRC 2 and ARC are one day in length.2. TECHNICAL_REQUIREMENTS: The Contractor shall provide all the necessary personnel that meet the following requirements:a. Provide two (2) qualified instructors for each BRCU, BRC 2 and ARC class. All instructors shall:- Be present for the entire length of class regardless of the number students registered or confirmed at the start of class (rain or shine)- Be Motorcycle Safety Foundation (MSF) certified instructors- Be Valid New Jersey State Certified Motorcycle Safety Education Course Rider Coach's- Have in their possession, at all times, their MSF ID Number and New Jersey State ID number stampb. The instructors arrive no later than 0700 on the days of training. Report to JB Lakehurst Safety Office, Bldg 5, classroom where instruction will begin promptly at 0730.c. Instructors shall ensure all students have signed-in on a sign-in roster sheet.d. Instructors shall correctly and completely fill out all required MSF, New Jersey State and Joint Base McGuire-Dix-Lakehurst (JB MDL) paperwork of enrolled students, i.e. NJ state registration sheets, skills test paperwork, Motorcycle Safety Foundation (MSF) BRC/BRCU, BRC 2 and ARC completion cards, NJ State MOST waivers and State letters.e. Instructors shall ensure classroom and range JB MDL Standard Operating Procedures (SOPs) are followed and proper required checklists are completed.f. Ensure ALL Rider Coach Instructors and students attending course are wearing the proper personal protective equipment to take the course.g. Instruct each class in accordance with MSF and NJ State rules and regulations.h. Instructors will set up bikes for course and return bikes at end of instruction each day.i. Instructors will ensure bikes are properly fueled for each classj. Instructors will report any accidents or motorcycle issues to the Safety Office immediately.The contracting officer's representative (COR) will provide a schedule of all class dates and provide student materials to include: Training Motorcycles, Personal Protection Equipment (PPE, helmets and gloves), books, sign-in roster sheets and registration sheets prior to beginning performance.3. SITE VISIT:A site visit of the facility will be scheduled after contract is awarded.4. SERVICE DELIVERY SUMMARY:PERFORMANCE OBJECTIVE PARAGRAPH NUMBER PERFORMANCE THRESHOLDProvide qualified and certified instructors 2a. 100% of the timeProvide the required number of instructors for each day of training 2a. 100% of the time Instructors arrive on time on each scheduled day 2a. 100% of the timeProvide instruction in accordance with stated regulations. 2. 100% of the timeMEDICAL STATEMENT FOR CONTRACTSHealth Care: The medical treatment facility will provide urgent healthcare to contract employees (a contract employee is not a Government employee but is a contractor or an employee of a contractor) for injuries occurring while on duty. Urgent healthcare is defined as medical care authorized to the extent necessary to save life or limb and prevent undue pain and suffering. The contract employee will be transferred to a civilian medical facility as soon as the contract employee is stabilized.The cost of such treatment will be paid for, in full, within a reasonable period of time, by the contract employee and will not be borne by the 87th Medical Group, the United States Air Force or the Government. An AF Form 1127, Hospital Invoice/Receipt/Accounts Receivable Record, will be prepared to ensure collection and/or billing of charges. If a contract employee cannot pay for the treatment at the time of discharge, a statement of charges and a letter of indebtedness will be completed and billed to the contract employee for medical services rendered. An Accounts Receivable Record will be established for each contract employee who receives medical care and is unable to pay at the time of discharge. Follow-up on Accounts Receivable will be completed in accordance with AFMAN 41-120, Medical Resource Management Operations. After an Accounts Receivable Record is established and billing for outpatient medical services has occurred, the SF 558, Medical Record - Emergency Care and Treatment, will be annotated with the date of billing and the voucher number. It will then be forwarded to Outpatient Records in order to be filed in a temporary folder.The contract employee shall ensure that he/she provides timely notice to his/her medical insurance company and that if the insurance company is to make payment, the insurance company has adequate information and documentation to make payment. A contract employee treated for injuries caused during a natural disaster is not charged for outpatient care.ANTITERRORISM_STATEMENTReference:• Department of Defense Instruction (DoDI) 2000.16, DoD Antiterrorism (AT) Standards, 02 OCT 2006, paragraph E3.18, DoD Standard 18• Defense Federal Acquisition Regulation Supplement (DFARS) (Reference (r)) reflects current DoD AT security requirements for defense contractors• Joint Publication 3-07.2 AntiterrorismTerrorism is defined as:The calculated use of unlawful violence or threat of unlawful violence to inculcate fear; intended to coerce or to intimidate governments or societies in the pursuit of goals that are generally political, religious, or ideological. See also antiterrorism; combating terrorism; counterterrorism; force protection condition; terrorist; terrorist groups.Antiterrorism - As a prelude and during performance of any contract, it is critical that the Contractor be supportive of all Department of Defense (DoD) requirements to protect personnel and their families, installations, facilities, information, and other resources from terrorist acts. All Contractors and Sub-Contractors are responsible for providing their personnel information on the JB MDL Antiterrorism Program. During performance of work, personnel security and protection of resources is critical for the installation to maintain a safe work environment. Contractors and contracted personnel will be alert for any suspicious activities while on the installation. If any situation appears to be suspicious, immediate actions must be taken to properly notify the 87th Security Forces Squadron (SFS) Emergency Control Center at 609-754-6001. Contractors must ensure that contracted personnel and vehicles are strictly controlled during performance of duty. For instance, Contractors shall use reasonable efforts to prevent any personnel or equipment from being placed in harm's way or in a position that could aid or abet terrorists. It is strongly recommended that all contracted personnel take the computer-based training (CBT) for the DoD-approved Antiterrorism Level I Training at https://atlevel1.dtic.mil/at/. Contractors are encouraged to contact the JB MDL Antiterrorism Office at 609-754-1397 for information regarding the installation Antiterrorism Program.REMEMBER IF YOU SEE SOMETHING - SAY SOMETHINGREPORT SUSPICIOUS ACTIVITY TO 87 SFS AT 609-754-6001

Joint Base MDL - Lakehurst LAKEHURST, New Jersey 08733 United StatesLocation

Place Of Performance : Joint Base MDL - Lakehurst

Country : United States

You may also like

Firearms Instructors - Applied Skills Training

Due: 16 May, 2024 (in 26 days)Agency: WA State Criminal Justice Training Commission

Recreation Instructors - Nutrition and Climate

Due: 31 Mar, 2025 (in 11 months)Agency: Department of Recreation

Recreation Instructors - Reading

Due: 31 Mar, 2025 (in 11 months)Agency: Department of Recreation

Please Sign In to see more like these.

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

Classification

611 -- Educational Services/611692 -- Automobile Driving Schools
naicsCode 611692Automobile Driving Schools
pscCode 99MISCELLANEOUS