Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

U -- Accelerated FreeFall USPA Certified Class A and Class B License Course

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0022
 
Response Due
4/12/2004
 
Archive Date
4/27/2004
 
Point of Contact
Jerry Lambert, Contract Specialist, Phone 910-432-6978, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
lamberje@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the training for an Accelerarted Free Fall USPA Certified Course resulting in Class A and Class b License(S) for eight (8) students. Training shall be held within 25 miles radius of Fort Bragg, NC 28310. Training will be in accordance with the description provided herein. This is a combined synopsis/solicitation for commercial item(s)/service(s) 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; QUOTES/PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number H92239-04-T-0022. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 611699. The size standard is $6 million dollars or less. This requirement is Total Set-Aside for Small Business. REQUIREMENT: The contractor shall provide the following service(s) as stated herein: ACCELERATED FREEFALL COURSE PERFORMANCE WORK STATEMENT - SCOPE: The contractor shall be responsible for supplying all United States Parachute Association (USPA) certified instructors, equipment, USPA Certified drop zone, and aircraft to train 8 students through accelerated freefall (AFF). All 8 students must conduct a minimum of 50 freefall jumps and meet all qualifications to obtain a USPA Class-B license. The contractor shall also provide additional lifts, 46 total, for sustainment training. The training will begin NLT 19 April 2004 and must be completed by 30 April 04. LOCATION AND FACILITIES: The contractor must be within a 25 mile radius of Fort Bragg due to daily commute time restrictions for the students. The contractor must have an onsite airstrip and an onsite drop zone or one that can facilitate numerous jumps (up to 4 jumps) per day per student in order to meet the short training time frame. The contractor will be required to provide any transportation of students, if needed, to and from the airstrip and/or drop zone if not located on-sight. KEY COURSE REQUIREMENTS: TRAINING HOURS: The training day will begin at 0900 daily and cease at 1600. Due to the total number of jumps required, for each student, this time frame may need to be lengthened or conducted on weekends due to weather delays or unavoidable equipment/aircraft maintenance. This will be at the discretion of the senior military personnel at the training site. The hours will be required to change to 1600 until complete for at least 3 of the last days of training to allow the students to perform night jumps. EQUIPMENT SPECIFICATIONS: Parachutes must meet all required safety and maintenance standards as defined by USPA. All parachutes will be inspected a FAA certified rigger/malfunction Noncommissioned Officer (NCO) prior to the beginning of training. AIRCRAFT REQUIREMENTS: Aircraft must meet all FAA safety requirements and be in Compliance with DOD Directive 4500.53. Aircraft must be able to facilitate students jumping as a group (4 or more personnel). LICENSING AND LOGBOOK REQUIREMETNS: All students that meet the course requirements will be certified with a USPA Level B license and a logbook that annotates the jump requirements annotated above. GOVERNEMNT PROVIDED PERSONNEL AND EQUIPMENT: PERSONNEL: The 3 /3 SFG (A), will provide 8 students. EQUIPMENT: None. All necessary equipment will be provided by the contractor. TRANSPORTATION: Vehicles suitable for the transportation of all students, to and from, the training site. MAINTENANCE OF EQUIPMENT AND AIRCRAFT: Contractor is responsible for all maintenance and repair of contractor provided equipment, aircraft, and facilities. Contractor is responsible for ensuring that such maintenance and repairs does not prohibit completion of all course requirements by the end date of 30 April 2004. RELEASE CLAUSE: The Contractor must agree to release the 3/3 SFG (A), Fort Bragg, and the United States Government from any liability or claims arising from the contract and performance work statement. Additionally, the contractor must agree to never prosecute or in any way aid in prosecuting any demand, claim, or suit against the 3/3 SFG (A), Fort Bragg, the United States Government, and/or any officer, agency, or any employee acting officially in this course from any loss, damage, or injury to contracted personnel or property that may occur from taking part in this course. The 3/3 SFG(A) and United States Government understand that this is not applicable to any form of gross negligence, willful misconduct, or fraud. Delivery of Proposals/Quotes is to Fort Bragg, NC 28310. With a Delivery Date of No Later Than(NLT) or (On or Before) 1400 hours 12 April 2004. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: "Quotes will be evaluated as to technical acceptability, price, and delivery of proposed items. Award will be made to the lowest priced, technically acceptable quote from a responsible bidder submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors is, in descending order of importance: (1) Technically acceptable (2) Price and (3) Delivery.? 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.204-7 Central Contract Registration, 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-21, 52.222-26, 52.222-35, 52.222.36, and 52.232-33; Additionally, 252.212-7001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, and 252.225-7036 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Jerry Lambert), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 12 April 2004. Electronic submissions, to include FAX and email, will be accepted at (910) 432-9345 or lamberje@soc.mil. It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items. All items offered must meet the minimum salient characteristics to include functional and physical. Offerors who do not submit clear specifications will be considered non-reponsive and will be eliminated from competition. (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as this combined synopsis/solicitation. All questions shall be submitted in writing to Mr. Jerry Lambert, Contract Specialist, at lamberje@soc.mil or via facsmilie (FAX) at: (910) 432-9345.
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: U.S.A.
 
Record
SN00559398-W 20040404/040402212723 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.