CDL TRAINING
The Utah National Guard has a requirement that will be filled under combined synopsis/solicitation W90M7U-9108-0200 and is being issued as a Request for Quotation (RFQ). This procurement is being soli... The Utah National Guard has a requirement that will be filled under combined synopsis/solicitation W90M7U-9108-0200 and is being issued as a Request for Quotation (RFQ). This procurement is being solicited under NAICS code 611692 Automobile Driving Schools. Which has a small business size standard of 7.5M annual revenue. This requirement will be fulfilled under one firm-fixed price contract and be filled by a single vendor. The government is soliciting the services of vendors that can provide Commercial Driver's License (CDL) training along with the training to pass the written permit test. The training needs to be conducted within a thirty mile radius of Draper Ut. 84020. There will be sixteen Utah National Guard service members that will be taking the training, with the following times that students will be available for training: Two students will be available from 10 June through 6 July, 2019. Five students from 19 August through 14 September, 2019. Five students from 02 September through 27 September, 2019. Four students from 16 September through 11 October, 2019. If it is determined by that all sixteen students could attend training at once that course would need to be a class beginning sometime in September and concluding no later than 15 October, 2019. CONTRACT TYPE/EVALUATION FACTORS: The Contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on the Tradeoff Process. The tradeoff process is based on the vendor's ability to meet all the technical aspects of the requirement while providing the best value to the government, IAW FAR 15.101-1. Tradeoff factors that will be considered include in the following Order: Ability to provide the training during the times requested above, as outlined, the ability to provide all the aspects required to be trained as described in the attached Statement of Work (SOW), ability to start the final class, if necessary in mid-September and complete it no later than 15 October, 2019. Pricing will also be considered in the final decision to determine best value tradeoff for this award. The government reserves the right to award the contract to other than the lowest bidder if it determines that the lowest bidder does not provide the best value to the Government. SAM REGISTRATION: All businesses and corporations that are interested in providing this service and conducting business with the Federal Government of the United States, In Accordance With (IAW) FAR 52.204.7 and DFARS 252.204-7004 Alt A, all prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a disqualifying factor for award, vendor must be registered and currently active to be considered for award. The SAM website is http://www.sam.gov/start.aspx to register or verify that your registration is current. A current registration in Wide Area Work Flow (WAWF) / iRAPT is also a must as well, in order to be able to submit your invoice and receive direct deposit payment. In addition to providing a complete quote with pricing of materials and labor the vendor must include their Cage Code, DUNS no., Tax I.D no. (TIN) and point of contact (POC) information. SUBMITTING QUOTES: Please provide your quote submission to the United States Property and Fiscal Office Purchasing and Contracting Office (USPFO-P&C) or submit it to the Federal Business Opportunities (FBO) web site no later than 3:00 PM MST on 20 May, 2018. If submitting to the USPFO-P&C submit them via email to dallas.r.workman.civ@mail.mil. If you have any questions about any part of this requirement please submit them to myself Dallas Ray Workman at the email above. PROVISIONS AND CLAUSES: FAR 52.203-3 - Gratuities FAR 52.203-6 ALT I - Restrictions on Subcontractor Sales to the Government FAR 52.204-2 ALT II - Security Requirements FAR 52.204-4 - Printed or Copied - Double Sided on Post-Consumer Fiber Content paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-9 - Personal Identity Verification of Contractor Personnel FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors--Commercial Items FAR 52.212-2 - Evaluation --Commercial Items FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items, with Alternate I FAR 52.212-4 - Contract Terms and Conditions--Commercial Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitation on Subcontracting FAR 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-3 - Convict Labor 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 FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-44 - Fair Labor Standards Act and Service Contract Act - Price Adjustment FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.223-3 - Hazardous Material Identification and Material Safety Data FAR 52.223-5 - Pollution Prevention and Right-to-know Information FAR 52.228-5 - Insurance - Work on a Government Installation FAR 52.233-2 - Service of Protest FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2 - Clauses Incorporated by Reference DFARS 252.201-7000 - Contracting Officer's Representative DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004 - Central Contractor Registration, Alternate A DFARS 252.204-7005 - Oral Attestation of Security Responsibilities DFARS 252.209-7001 - Disclosure of Ownership or Control by a Government of a Terrorist Country DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »