The RFP Database
New business relationships start here

Defensive Driving and Firearm Training for 25 Personnel


Minnesota, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 


The USDA Wildlife Services facility in Elkins WV needs to find sources for a three day combined training session. The training will be 1 day handgun training, 1 day defensive driver training and a conference room for a third day of administrative meetings at one location within a 75 mile radius of the Wildlife Services facility located at 730 Yokum Street in Elkins, WV.



Objective:
Specialized training for firearms use in high risk areas (such as airports), on road collision avoidance, and off road driving, Administrative meetings.


Vendor needs to provide the following training and assets:

Defensive Driving     1 Day


•    Unimproved Road Course (2WD/4WD)
•     Obstacle Course (Turning, Stopping, Backing. Weight Distribution and Transfer in Challenging Conditions Traversing Off Camber Terrain Towing and Wench Operation Vehicle Recovery)
•     Skid Pad
•     Sedans/SUV
•    Theory of Defensive Driving
•    Slalom, Straight Line Braking
•    Swerve to Avoid, Braking in Turns, Blocked Lane
•    Reversing / Off Road Recovery


Firearm Use     1 Day
•    Weapons Handling & Familiarization, Slow Fire, Malfunctions, Draw From Holster, etc.
•    Shooting Pairs, Multiple Targets, Shoot & Move, Barricades
•    Low Light / Night Shoot/Increase Probability of low light close encounters / night sight in



Conference Room for Administrative meeting 1 Day



Period of Performance


The training is proposed to take place for 3 days during the week of May 6 - 10, 2019.



The associated North American Industrial Classification System (NAICS) code for this requirement is 611699 - All Other Miscellaneous Schools and Instruction. The Small Business Size Category is $ 11 mil.



Interested sources are encouraged to contact the contracting officer via email, fax or post. Telephonic inquiries will not be honored. Please email all questions regarding subject item(s) prior to Sources Sought closing date to Carol.Dingess@aphis.usda.gov. This is not a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government.  No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide Duns Number, and point of contact information. The Government will not award a contract based on the information received, nor reimburse participants for information or materials they provide. Information or materials provided is strictly voluntary.


Anyone wishing to do business with the USDA must be listed in the government's System for Award Management Registrar now known as SAM. You may register on line with http://sam.gov
A prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from a solicitation. Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov or by calling the Contractors Registration hotline @ 1-866-606-8220



Anyone doing business with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:
http://fedgov.dnb.com/webform



The USDA buying activity is committed to participation of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including 8(a) participants), and women-owned small business concerns in the performance of work under solicitations and resultant contracts.


Priorities for Use of Mandatory Sources.
(a) Except as required by Federal Acquisition Regulation (FAR) 8.003, or as otherwise provided by law, agencies shall satisfy requirements for supplies and services from or through the mandatory Government sources and publications listed below in descending order of priority:
(1) Supplies.
(i) Inventories of the requiring agency.
(ii) Excess from other agencies (see FAR subpart 8.1).
(iii) Federal Prison Industries, Inc. (see FAR subpart 8.6).
(iv) Supplies that are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see FAR subpart 8.7).
(v) Wholesale supply sources, such as stock programs of the General Services Administration (GSA) (see 41 CFR 101-26.3), the Defense Logistics Agency (see 41 CFR 101-26.6), the Department of Veterans Affairs (see 41 CFR 101-26.704), and military inventory control points.
(2) Services. Services that are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see subpart 8.7).
(b) Sources other than those listed in paragraph (a) of this section may be used as prescribed in 41 CFR 101-26.301 and in an unusual and compelling urgency as prescribed in 6.302-2 and in 41 CFR 101-25.101-5.
(c) The statutory obligation for Government agencies to satisfy their requirements for supplies or services available from the Committee for Purchase From People Who Are Blind or Severely Disabled also applies when contractors purchase the supplies or services for Government use.


If your company meets the mandatory source requirements for this notice please send your capability statement to: carol.dingess@aphis.usda.gov , Fax# 970-472-1897 or mail on or before notice end date and time.


Please Email, Fax or emial capability statement to Carol Dingess at Carol.Dingess@aphis.usda.gov. fx# 970-472-1897 Email is the preferred method of communication. Please be sure to include notice # WS-18-949814 on subject line. Closing date for submissions of Statement's of Capability is March 15, 2018 at 4:00PM MT.


Mailing Address:
Carol Dingess
Contracting Officer
Ref# WS-19-949814
USDA/ APHIS/MRPBS/AAMD
2150 Centre Avenue
Building - B ( MS - 2E6)
Fort Collins, CO 80526


The Government intends to provide all information regarding this notice via this web site . The Federal Government is not responsible for notifications to interested parties regarding notices, solicitations or amendments. It is the Vendor's responsibility to check this web site www.fbo.gov periodically for updates. Telephone and email requests will not be accepted


 


Carol R. Dingess, Contracting Officer, Phone 970-494-7360, Fax 970-472-1897, Email carol.dingess@aphis.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP