Federal Bid

Last Updated on 10 Apr 2007 at 4 AM
Combined Synopsis/Solicitation
Panama city Florida

69 -- Advanced Improvised Explosive Device (IED) Disablement Technologies Training Course

Solicitation ID F4ATA11031A100
Posted Date 21 Mar 2007 at 4 AM
Archive Date 10 Apr 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4819 325th Contracing Sq Pkp
Agency Department Of Defense
Location Panama city Florida United states 32403
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. The solicitation reference number is F4ATA77031A100; this solicitation is a request for quotation. This requirement will have one (1) base year and two (2) option years. Pricing will need to be provided for all years. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 and Defense DCN 20060814. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 611710. The business size standard is $6,500,000.00 in annual gross receipts. The Federal Supply Class (FSC) is U001.This request for quotation consists of the following item: Advanced Improvised Explosive Device (IED) Disablement Technologies Training Course IAW the following Statement of Work: STATEMENT OF WORK: Advanced Improvised Explosive Device (IED) Disablement Technologies Training Course TASK: Contractor will provide Advanced Improvised Explosive Device (IED) training and practical exercises to Air Force Explosive Ordnance Disposal (EOD) technicians. Total of seven classroom and practical application sessions will be conducted at seven CONUS bases. The training will be five days in length and capable of handling 16 EOD students. These classes will cover advanced electronics, advanced sensors, electronic countermeasures, threat assessment and advanced IED disablement techniques based on current terrorist threat information from around the world. . The government and contractor will jointly develop curriculum based on current threat intelligence and EOD Tactics, Techniques and Procedures (TTP). Government will validate course curriculum to ensure training requirements are met. Contractor requires at least a SECRET security clearance to gain access to necessary threat information to develop lesson plans and exercise IEDs. The contractor will supply all training handouts, electronic training kits, training devices, and some specialized EOD disruption tools. TIMELINE: Approximately 24 Months GOVERNMENT FURNISHED INFORMATION: The Government will provide classroom space with appropriate audio visual equipment, demolition range and explosives, EOD response equipment and vehicles. Government will provide the contractor access to classified threat information to develop lesson plans and exercise scenarios. LIMITATIONS: None List of Bases: TBD All quotes must reflect FOB Destination. IAW provision 52.212-2 Evaluation - Commercial Items, the following methods of evaluation will be used in order of importance: technical capability of the item offered to meet the Government requirement and price. Additional notes: contractors are asked to submit their tax identification number and estimated delivery timeframe with their proposal in with the attached document titled RFQ F4ATA77031A100 . The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.203-3 Gratuities. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the item offered to meet the Government requirement and price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 5352.201-9101 Ombudsman. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area Work Flow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Quotes may be transmitted by e-mail (preferred method) or to fax number (850) 283-3963. Quotes must be received at the 325th Contracting Squadron, LGCBA flight, no later that 4:00 p.m. CST on 26 March 2007. The point of contact for this solicitation is SSgt Brandy Knisley, Contract Specialist, (850) 283-8634, [email protected]. Alternate point of contact is MSgt Jenetta Langston, Contracting Officer, (850) 283-8615, [email protected]. Point of Contact Brandy Knisley, Contract Specialist, Phone 850-283-8634, Fax 850-283-3963, Email [email protected] - Jenetta Langston, Contracting Officer , Phone 850-283-8615, Fax 850-283-3963, Email [email protected]
Bid Protests Not Available

Similar Past Bids

Kentucky 27 Feb 2024 at 5 AM
Picatinny arsenal New jersey 01 Sep 2005 at 5 AM
Quantico Virginia 12 May 2016 at 3 PM
Huntsville Alabama 16 Aug 2012 at 10 PM

Similar Opportunities