Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2006 FBO #1524
SOLICITATION NOTICE

69 -- Vertical Wind Tunnel Training

Notice Date
1/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H9224406-R-0022
 
Response Due
2/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0022 as an Indefinite Delivery Indefinite Quantity (IDIQ) Requirements Type Contract with Fixed Unit Prices for an eight month period commencing 6 February 2006 through 30 September 2006. Contract Line Item Number (CLIN) 0001 Vertical Wind Tunnel Training in support of Military Free Fall (MFF) requirements. The Vertical Wind Tunnel Training (VWT) significantly enhances performance for Military Freefall Operations. Manufacturer of the wind tunnel is Sky Venture. The vertical wind tunnel is a 14? diameter chamber. The Vertical Wind Tunnel (VWT) allows combat operatives to train in a controlled environment and allows for repetitive training in mission sustainment, research and development, and pre-deployment preparation. It is estimated that a minimum of twelve (12) with a maximum of twenty (20) courses will be required. The total minimum quantity of services that the Government will acquire under the contract is 500 hours and maximum quantity services the Government will acquire under the contract is 1000 hours. Course hours will vary. Facility must have a usable diameter of thirteen (13) feet or greater. Facility must be able to support personnel and equipment up to four-hundred (400) pounds. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08, effective 5 January 2006. North American Industrial Classification Code (NAICS) 611699 applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO. FOB Point is destination. Contractor Facility must be located within a one-hundred (100) mile radius of the Parachute Tactical Training Facility (PTTF), Marana, Arizona. FAR 52.202-1 Definitions (Jul 2004) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-5 Covenant Against Contingent Fees (Apr 1984) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alt I FAR 52.203-8 Cancellation, Recission and Recovery of Funds for Illegal or Improper Activity (Jan 1997) FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2005) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.209-6 The Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2005) FAR 52.211-8 Time of Delivery (Jun 1997) FAR 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.215-6 Place of Performance (Oct 1997); FAR 52-215-8 Order of Precedence?Uniform Contract Format (Oct 1997); FAR 52.215-11 Price Reduction for Defective Cost or Pricing Data?Modifications (Oct 1997); FAR 52.215-14 Integrity of Unit Prices (Oct 1997); FAR 52.216-1 Type of Contract (Apr 1984); FAR 52.216-18 Ordering (Oct 1995); FAR 52.216-19 Order Limitations (Oct 1995); FAR 52.216-21 Requirements?Alt IV (Oct 1995); FAR 52.216-22 Indefinite Quantity (Oct 1995); FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost Or Pricing Data ? Alt IV (Oct 1997); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-9 Small Business Subcontracting Plan (Jul 2005); FAR 52.219-16 Liquidated Damages (Jan 1999); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-20 Walsh-Healey Public Contracts Act (Dec 1996); FAR 52.222-21 Prohibition of Segregation Facilities (Feb 1999); FAR 52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation (Feb 1999); FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans Of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues and Fees (Dec 2004); FAR 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005); FAR 52.223-6 Drug-Free Workplace (May 2001); FAR 52.223-14 Toxic Chemical Release Reporting (Aug 2003); FAR 52.225-13 (Dev) Restriction on Certain Foreign Purchases (Mar 2005); FAR 52.226-1 Utilization of Indian Organizations and Indian-Owned Economic Enterprises (Jun 2000); FAR 52.227-1 Authorization and Content (Jul 1995); FAR 52.227-2 Notice and Assistant Regarding Patent and Copyright Infringement (Jan 1997); FAR 52.229-3 Federal, State and Local Taxes (Apr 2003); FAR 52.229-4 Federal, State and Local Taxes (State and Local Adjustments (Apr 2003); FAR 52.230-1 Cost Accounting Standards Notices and Certification (Jun 2000) FAR 52.230-2 Cost Accounting Standards (Apr 1998); FAR 52.230-6 Administration of Cost Accounting Standards (Apr 2005); FAR 52.232-1 Payments (Apr 1984); FAR 52.232-8 Discounts for Prompt Payment (Feb 2002); FAR 52.232-9 Limitation on Withholding of Payments (Apr 1984); FAR 52.232-11 Extras (Apr 1984); FAR 52.232-17 Interest (Jun 1996); FAR 52.232-23 Alt I Assignment of Claims (Apr 1984) ? Alternate I FAR 52.232-25 Assignment of Claims ((Feb 2002) ? Alternate I FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.233-1 Disputes (Jul 2002); FAR 52.233-3 Protest After Award (Aug 1996); FAR 52.242-13 Bankruptcy (Jul 1995); FAR 52.242-15 -- Stop-Work Order (Aug. 1989); FAR 52.242-17 Government Delay of Work (Apr 1984); FAR 52.243-1 Changes?Fixed Price (Aug 1987); FAR 52.243-5 Changes and Changed Conditions (Apr 1984); FAR 52.243-7 Notification of Changes (Apr 1984); FAR 52.244-2 Subcontracts (Aug 1998); FAR 52.244-5 Competition in Subcontracting (Dec 1996); FAR 52.244-6 Subcontracts for Commercial Items (Dec 2004); FAR 52-245-1 Property Records (Apr 1984); FAR 52.246-1 Contractor Inspection Requirements (Apr 1984); FAR 52.246-4 Inspection of Services?Fixed Price (Aug 1996); FAR 52.246-20 Warranty of Services (May 2001); FAR 52.246-23 Limitation of Liability (Feb 1997); FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003); FAR 52.249-2 Termination for Convenience of the Government (Fixed- Price) (May 2004) FAR 52.249-8 Default (Fixed-Price Supply & Service) (Apr 1984); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.252-4 Alterations in Contract (Apr 1984); FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); FAR 52.253-1 Computer Generated Forms (Jan 1991); DFARS 252.203-7002 Display of DOD Hotline Poster (Dec 1991); DFARS 252.204-7000 Disclosure of Information (Dec 1991); DFARS 252.204-7002 Payment for Subline Items Not Separately Priced (Dec 1991); DFARS 252.204-7003 Control of Government Personal Work Product (Apr 1992); DFARS 252.204-7004 Central Contractor Registration Alternate A (Nov 2003); DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001); DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991); DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By The Government of a Terrorist Country (Mar 1998); DFARS 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DOD Contracts) (Apr 1996); DFARS 252.219-7011 Notification to Delay Performance (Jun 1998); DFARS 252.223-7006 Prohibition on Storage and Disposable of Toxic and Hazardous Materials (Apr 1993); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004); DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 2005); DFARS 252.225-7025 Restriction on Acquisition of Forgings (Jun 2005); DFARS 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005); DFARS 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enteprises-DoD Contracts (Sep 2004); DFARS 252.227-7016 Rights in Bid or Proposal Information (Jun 1995); DFARS 252.231-7000 Supplemental Cost Principles (Dec 1991); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7001 Pricing of Contract Modification (Dec 1991); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998); DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Nov 2005); DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992) SOFARS 5652.201-9001 Technical Representative (2005) SOFARS 5652.204-9000 Individual Authorized to Sign (2003); SOFARS 5652.204-9002 Instructions for the Use of Electronic Contracts (2000); SOFARS 5652.209-9003 Use of Contractor Support/Advisory Personnel for Review of Proposals (2001) SOFARS 5652.214-9004 Technical and Contractual Questions Concerning This Solicitation (2001); SOFARS 5652.215-9008 Past Performance Data (2001); SOFARS 5652.232-9001 Invoicing (2001); SOFARS 5652.232-9003 Instructions to Paying Office (2001); SOFARS 5652.232-9004 Distribution of Vouchers/Invoices (2001) (Jun 2001); SOFARS 5652.239-9000 Privacy or Security Safeguards (2000); SOFARS 5652.246-9001 Material Inspection and Receiving Reports (DD 250) Addresses (2001); SOFARS 5652.247-9000 Packaging & Marking - F.O.B. Destination (1998); SOFARS 5652.252-9000 Notice of Incorporation of Section K (1998) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also included are DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) which should be completed and submitted with the proposal. The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO. The following terms and conditions via an addendum to the contract shall be incorporated into any contract(s) resulting from this RFP: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sep 2005). The Contractor shall comply with the FAR clauses in this paragraph 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: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005). The Contractor agrees to comply with the Federal Acquisition Regulation (FAR) clauses included in the combined synopsis/solicitation and resulting contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with this solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information, must be in writing and submitted via email to Christine Anderson at canderson@mail.nswdg.navy.mil. Request for copies of the solicitation can be emailed to Christine Anderson at canderson@mail.nswdg.navy.mil. An electronic copy will be emailed to the address provided by the vendor. Proposals shall be prepared and sent to the attention of Christine Anderson at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00pm Eastern Standard Time (EST) on 1 February 2006. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: DOD Parachute Tactical Training Facility, 21514 E. Kodiak Drive, Marana, AZ
Zip Code: 85653
Country: USA
 
Record
SN00973977-W 20060128/060126212703 (fbodaily.com)
 
Source
FedBizOpps 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.