Professional Documents
Culture Documents
Solicitation 11 R 0042 Defensive Driving
Solicitation 11 R 0042 Defensive Driving
11. DELIVERY FOR FOB DESTINA· 12. DISCOUNT TERMS !13b. RATING
TION UNLESS BLOCK IS
MARKED
tJ 13a. THIS CONTRACT IS A
RATED ORDER UNDER
114. METHOD OF SOLICITATION
o SEE SCHEDULE
15. DELIVER TO
DPAS !15 CFR 700)
16. ADMINISTERED BY
o RFQ 0 IFB [lJ RFP
CODE HHP440 CODE I
LOGISTICS APPLICATIONS INC.
3300 75TH AVE. REAR ENTRANCE
LANDOVER MD 20785
liB. 'b~~~~~ I uRI CODEI
J FACILITY 18a. PAYMENT WILL BE MADE BY CODE \
CODE
TELEPHONE NO.
o 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK
19.
OFFER
20.
BELOW IS CHECKED
21.
o SEE ADDENDUM
22. 23. 24.
ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212·4. FAR 52.212·5 IS ATTACHED. ADDENDA
1::3,ARE
ARE
o ARE NOT ATTACHED
ARE NOT ATTACHED
~ 1_
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _ _ U 29. AWARD OF CONTRACT: REF. OFFER
COPIES TO ISSUING OFFICE .. CONTRACTOR AGREES TO FURNISH AND
DATED . YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5). INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (Type or print) 30e. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED
32b. SIGNATURE OF AUTHORIZED GOVERNMENT 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT
REPRESENTA TIVE REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELPHONE NUMBER OF AUTHORZED GOVERNMENT REPRESENTATIVE
33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER
IPARTIAL .1
IFINAL
CORRECT FOR
10 COMPLETE o PARTIAL o FINAL
38. SIR ACCOUNT NO. 39. SIR VOUCHER NUMBER 40. PAID BY
41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 142a. RECEIVED BY {Prmt}
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE
42b. RECEIVED AT (Location)
Additional Information:
Michael.Ke"ey@dia.mil
Nehemiah.Pryor@dia.mil
OPTION YEAR I
NTE NTEIOPT
0003 TOTAL LABOR: 1.00 LO
I
PAGE 2 OF 13
Unclassified
Unclassified
SCHEDULE Continued
NTE NTE/OPT
0007 TOTAL LABOR: 1.00 LO
(Defensive Driving for 3 training days for 3 classes per
year per SOW)
NTE NTE/OPT
0009 TOTAL LABOR: 1.00 LO
(Defensive Driving for 3 training days for 3 classes per
year per SOW)
PAGE 3 OF 13
Unclassified
Unclassified
Table of Contents
SECTION B SUPPLIES OR SERVICES AND PRICES/COSTS •••.•.••••••••••••••••••••.••••••••••••••••••••••••• 5
B. 1 52.202 1 DEFINITIONS (JUL 2004) .......................................................... 5
B. 2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2010) ............................. 5
B. 3 52.209-6 PROTECTING THE GOVERNMENT?s INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED,
SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010) ................................................... 5
B. 4 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JON 2010) ....................... 5
B. 5 52.217-5 EVALUATION OF OPTIONS (JUL 1990) ................................................ 5
B. 6 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (DEC 2010) ................................ 5
B. 7 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) .................................................. 5
B. 8 52.232 18 AVAILABILITY OF FUNDS (APR 1984) ............................................... 5
B. 9 52.233-1 DISPUTES (JUL 2002) ............................................................. 5
B. 10 52.237-3 CONTINUITY OF SERVICES (JAN 1991) .............................................. 5
B. 11 52.242-13 BANKRUPTCY (JUL 1995} ......................................................... 5
B. 12 52.243-1 III CHANGES--FIXED-PRICE (AUG 1987) -ALTERNATE III (APR 1984} ................... 5
B. 13 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE (AUG 1996) .................................. 5
B. 14 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991} ............................. 5
B. 15 252.204-7000 DISCLOSURE OF INFORMATION (DEC 1991) ........................................ 6
B. 16 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) ...................................... 6
B. 17 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-
COMMERCIAL ITEMS (DEC 2010) ........................................................................ 7
B. 18 52.216-1 TYPE OF CONTRACT (APR 1984) ................................................... 10
B. 19 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) .......................................... 11
B. 20 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) .......................... 11
B. 21 52.233-2 SERVICE OF PROTEST (SEP 2006) ................................................. 11
B. 22 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ................................... 11
B. 23 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) .......................... 11
B. 24 1052.216-91 FIRM FIXED PRICE(DEC 2008) ................................................... 13
B. 25 1052.232-90 INVOICE PROCEDURES: ELECTRONIC INVOICING REQUIREMENT(FEB 2009) ................ 13
B. 26 1052.242-90 CONTRACTOR CONTRACT ADMINISTRATOR(S) (DEC 2008) ... '" ......................... 13
PAGE 4 OF 13
Unclassified
Unclassified
SECTION 8
SUPPLIES OR SERVICES AND PRICES/COSTS
(Reference 52.202-1)
(Reference 52.204-8)
B. 3 52.209-6 PROTECTING THE GOVERNMENT?s INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED,
SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010)
(Reference 52.209-6)
(Reference 52.212-4)
(Reference 52.217 5)
(Reference 52.219-8)
(Reference 52.223-6)
(Reference 52.233 1)
(Reference 52.237-3)
(Reference 52.242-13)
(Reference 52.246-4)
PAGE 50F 13
Unclassified
Unclassified
(Reference 252.201-7000)
(Reference 252.204-7000)
PAGE 6 OF 13
Unclassified
Unclassified
required to review and update on an annual basis from the date of initial registration or subsequent
updates its information in the CCR database to ensure it is current, accurate and complete. Updating
information in the CCR does not alter the terms and conditions of this contract and is not a
substitute for a properly executed contractual document.
(g)
(1)
(i) If a Contractor has legally changed its business name, "doing business as" name, or division name
(whichever is shown on the contract), or has transferred the assets used in performing the contract,
but has not completed the necessary requirements regarding novation and change-of-name agreements
in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one
business day#s written notification of its intention to
(A) change the name in the CCR database;
(B) comply with the requirements of Subpart 42.12 of the FAR; and
(C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer.
The Contractor must provide with the notification sufficient documentation to support the legally
changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause,
or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence
of a properly executed novation or change-of-name agreement, the CCR information that shows the
Contractor to be other than the Contractor indicated in the contract will be considered to be
incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic
funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments, as
appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR
Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database.
Information provided to the Contractor#s CCR record that indicates payments, including those made
by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect
information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this
contract.
(h) Offerors and Contractors may obtain information on registration and annual confirmation
requirements via the internet at http://www.ccr.gov or by calling 1 888-227-2423, or 269-961-5757.
(End of Clause)
B. 17 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-
COMMERCIAL ITEMS (DEC 2010)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which
is incorporated in this contract by reference, to implement provisions of law or Executive orders
applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (Feb 2009)
(22 U.S.C. 7104(g)).
Alternate I (Aug 2007) of 52.222-50 (22 U.S.C.7104(g)).
(2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553).
(3) 52.233 4, Applicable Law for Breach of Contract Claim (Oct 2004)
(Pub. L. 108-77, 108 78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting
Officer has indicated as being incorporated in this contract by reference to implement provisions of
law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government
(Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and
10 U.S.C. 2402).
(2) 52.203 13, Contractor Code of Business Ethics and Conduct (Apr
2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251
note». (15 U.S.C. 657a).
(3) 52.203-15, Whistleblower Protections Under the American Recovery
and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L.
111-5). (Applies to contracts funded by the American Recovery and
Reinvestment Act of 2009.)
(4) 52.204-10, Reporting Executive Compensation and First-Tier
Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101
note) .
(5) 52.204-11, American Recovery and Reinvestment Act--Reporting
Requirements (Jul 2010) (Pub. L. 111-5).
(6) Protecting the Government?s Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
PAGE 7 OF 13
Unclassified
Unclassified
PAGE 80F 13
Unclassified
Unclassified
PAGE 9 OF 13
Unclassified
Unclassified
PAGE 10 OF 13
Unclassified
Unclassified
The Government may require continued performance of any services within the limits and at the rates
specified in the contract. These rates may be adjusted only as a result of revisions to prevailing
labor rates provided by the Secretary of Labor. The option provision may be exercised more than once,
but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer
may exercise the option by written notice to the Contractor within 60 DAYS.
(End of Clause)
(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 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.
(cl The total duration of this contract, including the exercise of any options under this clause,
shall not exceed 5 years.
(End of Clause)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed
directly with an agency, and copies of any protests that are filed with the General Accountability
Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written
and dated acknowledgment of receipt from
(b) The copy of any protest shall be received in the office designated above within one day of filing
a protest with the GAO.
(End of Provision)
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request. the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at this/these address (es) :
http://farsite.hill.af.mil/
(End of Clause)
B. 23 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS
APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)
(a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause
which, if cheCked. is included in this contract by reference to implement a provision of law
applicable to acquisitions of commercial items or components.
XX 52.203 3, Gratuities (APR 1984) (10 U.S.C. 2207).
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense
FAR Supplement clauses which, if checked, is included in this contract by reference to implement
provisions of law or Executive orders applicable to acquisitions of commercial items or components.
(1) 252.203-7000, Requirements Relating to Compensation of Former
DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181).
(2) 252.205-7000, Provision of Information to Cooperative
Agreement Holders (DEC 1991) (10 U.S.C. 2416).
(3) 252.219-7003, Small Business Subcontracting Plan (DoD Contracts)
(OCT 2010) (15 U.S.C. 637).
(4) 252.219-7004. Small Business Subcontracting Plan (Test Program)
(OCT 2010) (15 U.S.C. 637 Note).
(5)
PAGE 11 OF 13
Unclassified
Unclassified
PAGE 12 OF 13
Unclassified
Unclassified
the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for
commercial items or commercial components, awarded at any tier under this contract:
(I) 252.237-7019, Training for Contractor Personnel Interacting
with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375).
(2) 252.237-7010, Prohibition on Interrogation of Detainees by
Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84)
(3) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge
Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public
Law 110-417) .
(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002)
(10 U.S.C. 2631).
(5) 252.247-7024, Notification of Transportation of Supplies by Sea
(MAR 2000) (10 U.S.C. 263l).
(End of clause)
a. Invoices shall be submitted through the Electronic Invoicing internet website using the procedures
described at http://www.nsa.gov/business/programs/electronic_invoicing.shtml, unless otherwise
authorized. Access to the Electronic Invoicing website requires an External Certificate Authority/
Interim External Certificate Authority (ECA/IECA) PKI certificate. Information on purchasing an
ECA/IECA certificate is available on the internet at: http://iase.disa.mil/pki/eca/. Contact the
Electronic Commerce office at (410) 854-5445 if you need additional information. After obtaining
the ECA/IECA certificate, contact the Electronic Commerce office to obtain an account if one does
not currently exist. OPTIONAL: The Government requests that concurrent "hard copies" of invoices be
submitted in addition to the required electronic invoices. Send one (I) each "hard copy" invoice
concurrently with your electronic invoice, but to the following addressees: COR's and/or CO's Office
Bryan Bates (Insert COR or CO's name, telephone number, internal mailing address, email address)
DCAA and/or DCMA Office 202 231-5694 (Insert the cognizant audit or contract management branch and
applicable address) b. At a minimum, all invoices-whether electronic invoice or hard copy-- must
contain the following: 1. Name and address of the contractor. 2. Invoice date and invoice number.
3. Contract, Purchase Order or other authorization for supplies delivered or services performed
(if award is a delivery or job order, ensure entire contract number - basic award and order number
is included) 4. Description, quantities and prices must be described exactly as shown on the
contract, including Line Item and Accounting Classification Reference Number (ACRN) if delineated in
the contract. 5. Name of the contractor's official and address to whom payment is to be sent (if
other than Electronic Funds Transfer is authorized.) 6. Shipping/payment terms (date of shipment,
address, discount for prompt payment) 7. Name, title, phone number and mailing address of person to
be notified in the event of a defective invoice. 8. Taxpayer Identification Number (TIN), Electronic
Funds Transfer (EFT) banking information, and DUNS number. 9. COR name. 10. Any other information
or documentation required by the contract. c. The contractor is authorized to invoice (insert,
as appropriate: "monthly," "bi-weekly", etc.) d. The Contracting Officer's Representative (COR) is
required to review and approve invoices as part of the payment process. When invoicing electronically,
the identified COR will automatically receive notification of a pending invoice. If a concurrent
hardcopy invoicing has been authorized, prominently mark all transmittals or envelopes that contain
invoice copies "DUPLICATE INVOICE ENCLOSED" for CORs in order to ensure timely payment. e. Note:
Payment approvals under cost reimbursement type contracts, including and time and materials/labor
hour contracts, are considered provisional invoice approvals until nCAA or other cognizant government
audit authority has determined that the costs and fees under the contract are valid and allowable. f.
Questions regarding payment shall be directed to the Finance and Accounting Office at (410) 854-7657.
(End of Clause)
Designate below the person(s) whom the government may contact for prompt action on matters pertaining
to administration of the contract. NAME: MICHAEL KELLEY TITLE: CONTRACTS SPECIALIST TELEPHONE NUMBER:
202.231.1637 (End of Clause)
PAGE 13 OF 13
UnclaSSified
STATEMENT OF WORK
Defensive Driving Techniques
213-0005-11
1. Purpose - To instruct and provide hands-on training in defensive driving techniques for
Joint Military Attache School (JMAS) students.
2. Background: The Contractor shall prepare, present, and consult on antiterrorist evasive
driving techniques for all classes of Attache Training Program (ATP), Attache Staff
Operations Course (ASOC), and the Spouse Training Program (STP) at the Joint Military
Attache School (JMAS). All training shall be conducted at the UNCLASSIFIED level.
3. Scope of Work - The Contractor shall train prospective attaches, attache staff, and
spouse training program personnel on evasive driving techniques/vehicle dynamics, and
attack recognition. Provide the necessary materials for class presentation. Instruct and assist
during the course presentation, conduct behind-the-wheel drivers training in the form of
practical exercises and evaluate student responses to the practical exercises. Necessary areas
of expertise include but are not limited to: Antiterrorist Evasive Driving, Defensive Driving,
Vehicle Dynamics, and attack recognition.
4. Specific Tasks - The specific requirements for this course are as follows:
Task Objectives - The contractor shall provide JMAS with the following services:
(1) A TP: 90 students per class maximum (2 separate iterations per class)
(e.) The contractor shall present the subject matter through an established
instructional methodology at the senior level, and selecting an approach which is best suited
for coverage of the material.
(f.) The contractor shall periodically evaluate and review the performance of the
overall class with an appraisal format outlining subjective recommendations to the
Department Chairman.
(g.) The instructor shall coordinate each assigned presentation with the Curriculum
Manager to ensure a meaningful coherent program responsive to, and in consonance with,
the course's objectives.
(h.) Since this effort entails contractor involvement in two different intensive
intelligence training courses, presentation methods and specific unit timing will be
systematically reviewed by the Contracting Officer's Representative (COR), the Joint
Military Attache School (HCL-4), and the contractor throughout the term of the contract.
All instruction shall be scheduled on dates and time mutually agreeable to the COR and the
vendor. Contract start date is the date the contract is awarded. Dates may be adjusted if
agreeable to the Contracting Officer, COR, and the vendor.
(i.) Instruction techniques shall include formal lectures, group discussion, question
and answer periods, seminar sessions and practical demonstration/exercises. The contractor
shall encourage active student participation in outside reading and oral discussion, as
approved by the COR
G.) The contractor shall provide a course package to include necessary visual aids
and media to support each lesson in each course. Visual aids will be prepared in final
format and provided as a PowerPoint presentation or other media, as appropriate. All
camera ready/text/written materials shall be standard, 8 1/2 by 11 inches, in clean,
reproducible copy, provided to the COR
2
(k.) All readings shall be properly marked to identifY all rights in data included
therein. It shall also include a disclaimer statement:
1. The contractor will compile all course and seminar text packages (including all
media and any materials provided by guest speakers, if any) for the JMAS; classification of
these materials shall not exceed the UNCLASSIFIED level. Each course package will be
provided to the COR.
5. Place of Performance
6. Deliverables
a. The Contractor shall furnish and maintain all vehicles used during all
phases of the training. The Contractor must be able to provide up to 15 vehicles (3 students
x 15 cars = 45 students) for all phases provided adequate notification is provided before
each iteration. Adequate notification is defined as two weeks notification prior to the
training event At a minimum, the vehicles driven by students must be equal in operation to
U.S. Government midsize sedans.
c. The Contractor shall ensure all vehicles are properly maintained (oil,
fluids, gas, tires, etc.) prior to and during training.
d. The Contractor shall ensure all training vehicles are kept clean inside and
out and are kept in excellent operating condition.
3
f. To maximize safety and training effectiveness, there will be no more than
three students per vehicle. JMAS will provide adequate notification prior to each iteration
so that the contractor shall have the adequate number of vehicles, helmets and driving
instructors.
4
Final course/seminar history will include the following
a. Course or seminar report - brief description of how the course or seminar was
conducted, what the instructor felt about the course or seminar, and any recommendations
for improvements. This evaluation is similar to an after-action report or critique and will
include any pertinent comments. Interim course and seminar histories will include all of the
above materials except for the fmal IMP.
7. Work Hours - Training will be accomplished from 0730-1630 each training day.
8. Personnel- The contractor shall provide the required number of qualified anti-terrorist
driving instructors to conduct the hands-on portion of training.
9. Period of Performance
a. For the Attache Training Program each class of the Antiterrorist Evasive Driving
Course shall be comprised of 2 consecutive days at the contractor's site on the following
proposed dates:
5
• Option Period Four: 2 March 2015 1 March 2016
BASE YEAR
1. 6 - 7 April 2011
2. 27 - 28 July 2011
3. 16 - 17 November 2011
OPTION YEAR 1
1. 4 - 5 Apri12012
2. 25 - 26 July 2012
3. 14 - 15 November 2012
OPTION YEAR 2
1. 3 - 4 April 2013
2. 24 - 25 July 2013
3. 20 - 21 November 2013
OPTION YEAR 3
1. 9 -10 April 2014
2. 30 - 31 July 2014
3. 19 - 20 November 2014
OPTION YEAR 4
1. 8-9 April 2015
2. 29 - 30 July 2015
3. 18 - 19 November 2015
OPTION YEAR 1
1. 14 March 2012
2. 03 July 2012
3. 24 October 2012
OPTION YEAR 2
1. 13 March 2013
2. 03 July 2013
3. 30 October 2013
OPTION YEAR 3
6
1. 19 March 2014
2. 09 July 2014
3. 29 October 2014
OPTION YEAR 4
1. 18 March 2015
2. 08 July 2015
3. 28 October 2015
c. Each iteration of the Antiterrorist Evasive Driving Course shall have no more
than 45 students. The Contractor must be able to train up to 45 students provided adequate
notification is provided prior to each iteration. Adequate notification is defined as two
weeks prior.
a. The contractor shall provide helmets that meet approved 290 Federal Safety
Standards for all students and instructors.
b. The contractor shall provide wireless communication for each vehicle used in
training that shall network with fire and medical personnel.
d. The contractor assumes 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.
b. Each course and seminar will cover the topics/objectives listed in Section II in
addition to any supplementary topics approved by the COR.
c. Dates for the courses will be agreed upon by the Contracting Officer (CO), the
COR and the contractor. Dates for courses and seminars may be adjusted if agreeable to the
Contracting Officer, COR and the vendor.
7
a. All text/camera ready copy will be standard size 8-112 x 11 inch unless the CO, the
COR, and the contractor agree an alternate size would better meet the needs of the
JMAS. JMAS will reproduce materials from the masters as required.
b. All visual aids will be provided as overhead slides or mutually agreed upon
media.
c. All materials delivered under this contract will bear appropriate classification and
control markings as prescribed by applicable government security directives.
d. All plans and/or reports will be furnished on standard paper, suitable for
reproduction, unless otherwise agreed upon by the CO, COR, and the vendor.
12. Manpower - The contractor shall provide the required number of qualified antiterrorist
driving instructors to conduct the hands-on portion of training.
8
ADDENDUM TO FAR 52.212-1, Instructions to Offerors--Commercial Items (Nov
2007)
2. The Request for Proposal (RFP) responses must be prepared in four parts: Volume I -
TechnicallFacility, Volume II - Technical/Management, Volume III - Past Perfonnance,
and Volume IV - Cost Proposal. Each of these parts shall receive a separate evaluation
from the other. No Volume with the exception of Volume IV - Cost Proposal, shall
contain any costs related to this RFP; however, resource infonnation such as data
concerning labor hours and categories, materials, subcontracts, etc., may be contained in
the technical proposal so that your understanding of the scope of work may be evaluated.
The offeror shall acknowledge and return all amendment(s). The acknowledged
amendments will be returned as part of Volume IV - Cost Proposal.
3. The RFP responses must be signed by an official authorized to bind your organization.
The contractor must submit separate e-mails containing the original proposal and
redacted copy. One copy of each Volume shall be e-mailedtoMichae1.Kclley@dia.mil
and Nehemiah. pryor@dia.mil.
Note: No fax copies will be accepted. Failure to comply with these instructions may
render your RFP to be non-responsive.
4. It is understood that your RFP responses shall become part of the official contract file.
The Government will evaluate responses in accordance with the evaluation criteria set
forth in this RFP.
5. This RFP does not commit the Government to pay any cost for preparation and
submission of your proposaL In addition, the Contracting Officer is the only individual
who can legally commit the Government to the expenditure of public funds in connection
with this proposed acquisition.
6. Any resultant contract shall include all applicable clauses to the type of
contract awarded. Any additional clauses required by public law, executive order, or
acquisition regulations, in effect at the time of execution of the proposed contract,
will be included.
2
instructed specifically to contact only the issuing contract office in connection with any
aspect of this requirement prior to contract award.
i. Paper, Page Size and Format. Page size shall be 8.5 x 11 inches. Pages shall be
single-spaced. Use at least 1 inch margins on the top, bottom and side margins.
ii. Text Spacing and Type. Except for the reproduced sections of the solicitation
document, the text size shall be no less than 12 font. Pages shall be numbered
sequentially by section.
iii. Illustrations and Tables. Tables, charts, graphs, diagrams and figures shall be used
wherever practical to depict organizations, systems and layout, implementation
schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed
8.5 x 11 inches. For tables, charts, graphs and figures, the text shall be no smaller than
10 pitch. Elaborate formats, bindings or color presentations are not required. Elaborate
brochures or documentation, binding, detailed artwork, or other embellishments are not
required and neither are they desired.
iv. Number of Copies/Page Limits. The offeror shall prepare the proposal as set forth
in the Proposal Organization Table below. The titles and contents of the sections shall be
as defined in the table, all of which shall be within the required page limits and with the
number of copies specified. Pages exceeding this page limitation set forth will not be read
or evaluated and will be removed from the proposal. The offerors must submit one (1)
original proposal and one (1) redacted copy. The redacted copy must not contain any
vendor identifiable markings. The contents of each proposed volume are described as
noted in the table below.
Maximum Page
Volume Title Copy
Limit
I TechnicallFacility 1 original and
(1 Redacted
Copy- 20
Electronic
Version)
II TechnicallManagement 1 original and
(1 Redacted
Copy- 30
Electronic
Version)
III Relevant Past and Present 1 original and
Performance (1 Redacted
Copy- 10
Electronic
Version)
3
IV CosVPrice 1 original and
(1 Redacted
Copy- Unlimited
Electronic
Version)
Note: Cover pages will not count against the page limitation.
i. The Offeror's proposal must has the ability to provide a permanent track/driver
training facility to include an on-site permanent structure to conduct repair and
maintenance support as described in the Statement of Work. The road driving surface
must feature increasing and decreasing constant radius curves, up and down hill slopes,
as well as a straight-a-way portion designed for maximum speeds. The Offeror proposal
must provide positive information that the track/driver training facility has an on-site
permanent structure to conduct repair and maintenance support and is located within 100
miles of Bolling Air Force Base, Washington, D.C. The Offeror permanent track/driver
training facility must be located in an area where only authorized personnel can view the
training. The Government may conduct a track/driver training facility site visit.
ii. Offerors shall submit proposals and data comprehensive enough to provide the
basis for a sound evaluation. The information should be precise, factual and responsive.
i. The Offeror's proposal must stipulate that it is predicated upon all the terms
and conditions of this RFP. In addition, it must contain a statement to the effect that it is
firm for a period of at least 90 days from the date of receipt by the Government.
ii. Offerors shall submit proposals and data comprehensive enough to provide
the basis for a sound evaluation. The information should be precise, factual and
responsive.
4
Any reservations to those stated Government rights to data should be enunciated in your
proposal and will be resolved during any subsequent negotiations.
ii. Offeror shall provide the past performance questionnaire to their references for
them to complete and return directly to the contracting office, attention Michael Kelley
@ e-mail- Michael.Kelley@dia.mil NLT: 24 Jan 2011. The Government will evaluate
the quality and extent of offeror's experience deemed relevant to the requirements of this
RFP. The Government will use information submitted by the offeror and other sources
such as the Federal Government offices and commercial sources, to assess experience.
Provide a list of at least three (3), but no more than five (5), of the most relevant contracts
performed for Federal agencies and commercial customers within the last 3 years of this
solicitation closing date that demonstrate your ability to perform the proposed effort.
Past performance regarding predecessor companies, key personnel who have relevant
experience, or subcontractors that will perform major or critical aspects of the
requirement will be given a rating. Offerors with no relevant past or present performance
history shall receive the rating "neutral", meaning the rating is rated neither favorable nor
unfavorably.
5
iii. The Government will evaluate each offeror on its performance under
existing and prior contracts for similar services. The Government will use performance
information for both responsibility determinations and as an evaluation factor in
determining the acceptability of an offeror. The Government may contact references,
other than those identified by the offeror, and use the information received to evaluate the
offeror's past performance.
ii. Insert proposed unit and extended prices for each Contract Line Item. The offeror
shall include a fully completed price schedule of the solicitation in this section of their
RFP. Any offer, which fails to cite a price for each item, or fails to make an entry,
may be listed as non-responsive to this solicitation.
iii. Note that unrealistically low or unreasonably high proposed costs or prices
initially or subsequently, may be grounds for eliminating a proposal from competition
either on the basis that the offeror does not understand the requirement or has made an
unrealistic proposal. An offer using a sliding price scale or subject to escalation based on
any contingency will not be accepted and will be considered as non-responsive to this
solicitation.
b) Other Direct Costs - Identify the type and amount of order costs to be charged
directly to contemplated contract and which are not included elsewhere in the price
proposal. Summarize the costs of recruitment and relocation. Include in supporting data
a brief description of the items, quantities, unit costs, and basis of cost estimates.
6
composition of each burden and indirect expense pool proposed. List the elements of
each pool, amount of each element base, rate and include any other supporting data which
would facilitate audit and computation.
7
SECTIONM
Award Criteria
I. Basis of Award.
The Government intends to award multiple contracts from this solicitation to the
responsible offerors whose offer, conforming to the solicitations, will be the most
advantageous to the Government. The offers must be in accordance with the evaluation
criterion, which includes TechnicaVFacility, Technical CapabilitylManagement
Approach, Past Performance, and CostlPrice. An assessment will be conducted and
considered in the trade-off analysis. The combined non-price evaluation criteria are
significantly more important than price. Price becomes a major factor in award selection
when other criteria are substantially equal.
The Government will perform a trade-off analysis of non-price factors against price to
determine the best value to the Government. Offers that are unrealistically low in total
price will be considered indicative of a lack of understanding of the complexity and risk
in meeting contract requirements and will not be considered for award.
In accordance with FAR Provision 52.216-27, the Government intends to make multiple
awards resulting from this solicitation to the responsive and responsible offerors whose
offers, conforming to the solicitation will be the best value to the Government, all
evaluation factors considered in accordance with the evaluation criteria. All evaluation
factors other than price, when combined, are significantly more important than price.
Price becomes a major factor in award selection when other criteria are substantially
equal. This process permits trade-offs among price and non-price factors and allows the
b. Criteria 2 - Technical CapabilitylManagement Approach
The offeror's proposal shall, as :;t minimum, present its strategy, approach, and realistic
plan to accomplish the tasks that are associated with each section ofthe Statement of
Work (SOW). All sub-factors are equally weighted.
Technical Capability includes the following sub-factors (all sub-factors are weighted
equally):
Sub-factor 1: Technical Expertise
Offeror's proposal shall: demonstrate a clear understanding of the tasks associated with
the SOW and provide evidence of comprehension by showing how these tasks will be
accomplished. Also, the offeror shall address the responsibilities of the trained and
qualified key personnel (management/technical).
Sub-factor 2: Program Management Plan
The offeror shall describe how they intend to provide Program Management support for
this task along with the associated cost. The offeror shall describe how they will interact
with the Contracting Officer Representative (COR) including the types and frequency of
reporting.
Sub-{actor 3: Vehicle Repair and Maintenance Support
The offeror shall describe their on-site permanent structure for car repairs and
maintenance support. The contractor shall address their capability to provide a certified,
equipped, school trained mechanic to ensure vehicles are kept serviceable at all times,
and their plan to ensure training is not impacted due to a lack of operable vehicles.
Sub-{actor 4: Staffing Plan
The offeror shall provide detailed rationale that supports the composition of the team,
their status (currently on staff, contingency hire or other), and the potential for those
individuals not being available and measures that will be instituted to mitigate the risk.
Discuss how long it will take to provide 100 percent of the required team resources after
contract award. Provide details on any company policies or staffing issues that may
impact the company's ability to effectively provide the necessary support. The staffing
plan shall demonstrate that the offeror has the staff with the skills and certifications to
provide defense driving instruction.
Sub-factor 5: Resumes
As an appendix, the offeror shall provide resumes for key personnel with sufficient
information that reflects education and experience as well as any other information that is
relative to the performance of this effort. Resumes shall not exceed two (2) pages and
include a narrative discussion of individuals' qualifications. Formal education shall be
documented as follows - Degree (or certificate), Major/Subject, Institution, Location
(City, State), and Date of Graduation (may list as expected (with anticipated date) ifless
than six months. The depth and breadth of individuals' experience shall include job title,
name of company/agency, dates experience acquired, brief description of duties or
responsibilities. The resumes shall NOT count against the page limit of the
Technical/Management section.
Sub-factor 1: Relevancy ofthe past, recent and current performance to task under
consideration
The Government will strongly consider relevant experience of the offeror's past
perfonnance. An offeror with no record of relevant past and recent performance will be
considered a !!high risk!! and given an unacceptable rating for past perfonnance.
e. Criteria 5 - CostlPrice
The Government will evaluate the realism of the overall total price. An offeror's
proposed price will be determined by adding the proposed amounts for labor, travel and
other direct costs. The offeror shall provide a table that reflects each position, labor
category, labor rate and hours.
By signing its proposal, the offeror certifies that each price stated for Labor, Other Direct
Costs, and Travel includes an appropriate apportionment of all applicable costs, direct
and indirect such as overhead, General and Administrative (G&A), Material Handling
and profit (on labor and other direct costs only). Each proposal will be evaluated to
determine whether the Government considers the labor categories, hours, and rates to be
reasonable and realistic within the scope of effort.
The Government will evaluate price reasonableness and price realism in relation to
commercial or market price lists, Independent Government Cost Estimate (IGCE), or any
other information used as a basis for comparison. The offeror's proposed rates will be
evaluated against a predetermined and undisclosed quantity of hours determined by the
Government for each labor category and this will be totaled for a composite price,
including all options. The predetermined and undisclosed quantity of hours is a
representative labor mix of work performed.
Standard:
o The proposed ceiling labor rates are reasonable and prices are realistic,
with respect to the proposed levels of expertise and their corresponding
labor rates. Offerors have submitted prices on all labor categories.
o The sum after all proposed bill rates are evaluated against a predetermined
quantity of hours and/or dollars determined by the Government as
reasonable and realistic. (NOTE: The Government WILL NOT provide
the predetermined quantity of hours to the offerors.
Excellent
Good
Satisfactory
Unsatisfactory
Past Performance Factor Assessment: During evaluation, the Government will assign
each proposal one of the following overall past performance confidence assessment
ratings and the definitions:
1. QUALITY OF SERVICE:
a 1 2 3 4 5 6 Comment:
(b) Effectiveness reliability of contractor's key personneL
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
2. TIMELINESS OF PERFORMANCE
(a) Overall performance in planning, scheduling, and monitoring the work effort.
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
(c) Responsiveness and flexibility in responding to changes (both fOITIlal and
infoITIlal).
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
3. PRICE/COST CONTROL:
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
(d) Accuracy and completeness of vouchers/invoices.
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
4. BUSINESS RELATIONS:
o 1 2 3 4 5 6 Comment:
(b) Ability to choose subcontracts (if applicable to this contract being reported on).
o 1 2 3 4 5 6 Comment:
(c) Ability to manage subcontracts (if applicable to this contract being reported on).
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
(e) Organizational support structure provides adequate span of control and supervision.
o 1 2 3 4 5 6 Comment:
(f) Has the contractor been given cure notice(s), show cause notices(s), suspension of
progress payments, or letters of direction, etc.?
o 1 2 3 4 5 6 Comment:
5. CUSTOMER SATISFACTION:
(a) Maintains a single effective point of contact to manage and resolve problems.
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
(d) Ability to solve contract performance problems without extensive guidance from
Government personnel.
o 1 2 3 4 5 6 Comment:
(e) Displays initiative in meeting Government requirements and is responsive to the
Government's needs.
o 1 2 3 4 5 6 Comment:
o 1 2 3 4 5 6 Comment:
6. Based on this contractor's overall performance, would you award this contractor
another Government contract?
7. Please provide any additional comments concerning the past performance of the
contractor.
(Print Name)
(Organization)