Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
MODIFICATION

69 -- Air-to-Air Video and Canopy Control Instructors

Notice Date
1/23/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-R-0016
 
Response Due
1/30/2007
 
Archive Date
2/14/2007
 
Description
This is a combined synopsis/solicitation for Wind Tunnel Instruction, Canopy Control Instruction and Air-to-Air Video Support 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 and a Request for Proposal (RFP); solicitation number is H92244-07-R-0016 as a Firm Fixed Price (FFP) type contract with Fixed Unit Prices for the period of 4 February 2007 through 24 February 2007. Instructors must be current with their United States Parachute Association (USPA) AFDF/I/E and Coach rating. Instructors must be current vertical wind tunnel instructors/operators; instructors must have in excess of 5,000 logged jumps; instructors must demonstrate a high level of competitive and industry achievement; instructors must demonstrate consistent and regular Air Operations instruction in each of the previous two (2) years with United States Military Special Operations Forces. Instructors must have the level of proficiency of United States Parachute Association National and World competitors in the open class of relative formation skydiving and vertical formation skydiving. Contractor must provide a drug-free work environment through periodic random analysis. The results of these analyses must be made available to NSWDG upon request. Instructors providing video support must have logged jumps filming autonomous-delivery payloads (unmanned parachute bundles) to provide usable feedback for experimental jump systems. Instructors must be familiar with all NSWDG parachuting and ancillary equipment used during JBMFF and MTTB courses. Instructors must be familiar with NSWDG basic military course curriculum, airborne operations, policies and procedures. Instructors must be available to NSWDG for twelve (12) weeks a year for training in Arizona. Required disciplines for instruction include the following: a) air-to-air videography; b) basic, intermediate and advanced air-to-air videography instruction; c) basic, intermediate and advanced vertical wind tunnel instructors; d) basic, intermediate and advanced body flight instruction. It is estimated that a total of twelve (12) man-weeks of training will be required; it is estimated that a minimum of twenty (20) students up to a maximum of seventy-five (75) students will attend individual training sessions. It is estimated that a minimum of five (5) with a maximum of twelve (12) courses is required; it is estimated that a minimum of two (2) with a maximum of four (4) instructors will be required per class. Section B Schedule of Supplies/Services CLIN 0001 Air-to-Air Video Instructors 12 Week For Joint Tandem Course of Instruction during the period of 4-24 February 2007 CLIN 0002 Canopy Control Instructors 12 Week For Joint Tandem Course of Instruction during the period of 4-24 February 2007 In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13, effective 28 September 2006. North American Industrial Classification Code (NAICS) 611699 applies to this procurement. This procurement is full and open competition. The DPAS rating for this procurement is DOC9. FOB Point is destination. FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 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 (3) fiscal years before posting date of the combined synopsis/solicitation on Federal Business Opportunity (FBO). FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006). Email Christine Anderson at christine.anderson@vb.socom.mil to obtain a copy of the clause containing the required fill-ins. 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 (Dev)(Feb 2006) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.223-6 Drug-Free Workplace (May 2001) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Oct 2006) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) 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 the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. Proposals must be submitted to Christine Anderson by fax to (757) 492-7954 or U.S. Postal mail addressed to NSWDG. Attn: Christine Anderson (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 30 January 2007.
 
Place of Performance
Address: DOD (PTTF), 21514 E. Kodiak Drive, Marana, Arizona
Zip Code: 85653
Country: UNITED STATES
 
Record
SN01217755-W 20070125/070123221248 (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.