Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

U -- Rigging Services

Notice Date
9/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-08-T-0231
 
Archive Date
9/26/2008
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-08-T-0231. A firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 June 2008. North American Industrial Classification Code (NAICS) 541990 with a standard business size of $6.5 Million applies to this procurement. This procurement is set-aside 100% for small business. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS PROCUREMENT AND ARE SUBJECT TO FAR 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. CLIN 0001 Rigging Services (10/08)- The contractor shall provide quality assurance and rigging services for the period of 1 Oct 08 - 31 Oct 08 in accordance with solicitation H92244-08-T-0231 and the attached statement of work. OPTION CLIN 1001 Rigging Services (02/09) - The contractor shall provide quality assurance and rigging services for the period of 1 Feb 09 - 28 Feb 09 in accordance with solicitation H92244-08-T-0231 and the attached statement of work. OPTION CLIN 2001 Rigging Services (05/09) - The contractor shall provide quality assurance and rigging services for the period of 1 May 09 - 31 May 09 in accordance with solicitation H92244-08-T-0231 and the attached statement of work. OPTION CLIN 3001 Rigging Services (07/09) - The contractor shall provide quality assurance and rigging services for the period of 1 Jul 09 - 31 July 09 in accordance with solicitation H92244-08-T-0231 and the attached statement of work. OPTION CLIN 1001 Rigging Services (08/09) - The contractor shall provide quality assurance and rigging services for the period of 1 Aug 09 - 30 Aug 09 in accordance with solicitation H92244-08-T-0231 and the attached statement of work. The contractor's proposal shall include a breakout of travel expenses in accordance with the JTR (PER DIEM, LODGING, TRANSPORTATION, ETC.). STATEMENT OF WORK The contractor must provide a parachute rigger with extensive knowledge of the packing procedures and proven methods required as demonstrated in actual performance of mission requirements. The contract riggers and curriculum must all comply with the parameters specified in the Joint Basic Military Free Fall and Joint Military Tandem Tethered Bundle. Due to the security requirements of the work site the contractor's personnel must be able to obtain and hold a secret clearance. The contract rigger must meet the following requirements: - Rigger must be a current FAA Senior/Master Parachute Rigger. - Rigger must be a graduate of a U.S. Army Parachute Rigger School with training on the maintenance, packing, and rigging of DOD parachutes and airdrop equipment. - Rigger must have extensive knowledge and experience in the assembly, packing and repair of the MJN-1 Personal Parachute and SOV3 Tandem Parachute Systems. - Rigger must have an extensive knowledge of packing and assembly techniques of the military tandem bundle system (MTTB). - Rigger must be certified as a Cypres AAD Technician through SSK Industries, Inc. - The rigger must have demonstrated consistent and regular Air Operations parachute rigging instruction in each of the previous 2 years with the United States Military Special Operations Forces. - Rigger must have over 20 years of military parachute rigging experience. The riggers duties include but are not limited to the following: - Assist military riggers in the sustainment of military parachute rigs. - Perform ram-air canopy maintenance and repair. - Perform quality assurance checks. - Provide basic, intermediate, and advanced packing instructions and procedures. CLAUSES FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-2 Certificate of Independent Price Determination (Apr 1985) 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 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) FAR 52.203-11 Certificate and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007) FAR 52.209-5 Certificate Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (Dec 2001) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Commercial Items (AUG 2007) (DEVIATION) FAR 52.219-6 Notice Of Total Small Business Set-Aside (JUN 2003) FAR 52.219-7 Notification of Partial Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-9 Small Business Subcontracting Plan (NOV 2007) FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.219-28 Post-Award Small Business Program Representation (JUN 2007) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2007) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 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 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 (SEP 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.222-41 Service Contract Act of 1965, as amended (JUL 2005) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.222-50 Combating Trafficking in Persons (Aug 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (Sep 2006) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.245-1 Government Furnished Property (Jun 2007) FAR 52.246-25 Limitation of Liability - Services (Feb 1997) FAR 52.249-2 Termination for Convenience of the Government (Fixed Price)(May 2004) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) DFARS 252.204-7004 Central Contractor Registration (NOV 2003) ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) SOFARS 5652.228-9000 Required Insurance (2003) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 shall be used to evaluate offers: technical capability, past performance and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252.2 Clauses Incorporated By Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (AUG 2007) Alternate I (APR 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2716. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel, Contract Specialist; Email address: kenneth.brumfiel@vb.socom.mil; phone (757) 893-2716; fax (757) 893-2957; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Questions will be accepted until September 9, 2008 at approximately 8:00AM EST and posted later that day. 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 and provide technical data where applicable. Point of contact for this procurement is Kenneth Brumfiel at Kenneth.Brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at Kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on September 11, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e77ea13fb80d598aa53f9655111b6cbd&tab=core&_cview=1)
 
Record
SN01662153-W 20080908/080906214054-e77ea13fb80d598aa53f9655111b6cbd (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  © 1994-2020, Loren Data Corp.