Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2008 FBO #2526
SOLICITATION NOTICE

U -- AFF Instructors, USPA Director / Air-to-Air Video for MFF Training

Notice Date
10/24/2008
 
Notice Type
Modification/Amendment
 
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, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0015
 
Response Due
10/29/2008 4:00:00 PM
 
Archive Date
11/13/2008
 
Point of Contact
Christine G. Anderson,, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Small Business Set-Aside
N/A
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO UNRESTRICT THIS PROCUREMENT. SOLICITATION CLOSE DATE IS REVISED TO 29 OCTOBER 2008 AT 4:00 P.M. EASTERN STANDARD TIME (EST). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information imcluded in this notice. This announcement constitutes the only soliciation; 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 H92244-09-T-0015, and 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) 2005-27 effective 17 October 2008. The North American Industrial Classification Code (NAICS) is 611699 applies to this procurement with a business size standard of $7 million. This procurement is Unrestricted. The DPAS rating for this procurement is DO-C9. FOB Point is Destination. 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: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Accelerated Free Fall (AFF) Instructors in support of Military Free Fall Skydive Training (from beginning level to certified military free fall parachutist). The course is taught at an average of eight (8) hours per day Monday through Friday with weekends and holidays as weather make-up days with operations occurring at any time of the day or night. Period of Performance: 3 November 2008 through 16 November 2008 QUANTITY 15 DAYS FOB: Destination CLIN 0002 United States Parachute Association (USPA) Director / Air-to-Air Video for Military Free Fall Skydive Training (from beginning level to certified military free fall parachutist). Responsibilities include USPA rating renewal, administer USPA license exams, assist in video debriefs and assist with student training, as required. Period of Performance: 3 November 2008 through 16 November 2008 QUANTITY 15 DAYS FOB: Destination Section C Specifications Accelerated Free Fall Instructors must meet the following criteria: •1. Instructors must have held and be able to show proof of the following ratings: •a. Static Line Parachutist •b. Static Line Jump Master (SLJM) •c. Military Free Fall Parachutist •d. Military Free Fall Jump Master (MFFJM) •e. Military Free Fall Instructor for USPA Accelerated Free Fall Instructor •2. Instructors must be a current United States Parachutist Association (USPA) member. •3. Instructors must be willing to undergo drug-screening. •4. Instructors must have performed instructor duties at a Joint Basic Military Free Fall (JMFF) Course •5. All contractors must provide a drug-free work environment through periodic, random urinalysis. The results of the analyses must be made available to NSWDG. Section D Delivery Information Clin 0001 Delivery Date: POP 03-Nov-2008 to 16-Nov-2008 Ship To Address: NSWG Representative, 21514 E. Kodiak Drive, Marana, Arizona 85653 Clin 0002 Delivery Date: POP 03-Nov-2008 to 16-Nov-2008 Ship To Address: NSWDG Representative, 21514 E. Kodiak Drive, Marana, Arizona 85653 Section E Inspection and Acceptance Clin 0001 Inspect At: United States Special Operations Command, 21514 E. Kodiak Drive, Marana, Arizona 85653 Inspect By: Government Accept At: United States Special Operations Command, 21514 E. Kodiak Drive, Marana, Arizona 85653 Accept By: Government Clin 0002 Inspect At: United States Special Operations Command, 21514 E. Kodiak Drive, Marana, Arizona 85653 Inspect By: Government Accept At: United States Special Operations Command, 21514 E. Kodiak Drive, Marana, Arizona 85653 Accept By: Government Section I Clauses CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (Jul 2004) 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, Recission and Recovery of Funds for Illegal or Improper Activity (Jan 1997) FAR 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) FAR 52.211-15 Defense Priority and Allocation Requirements (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 or Executive Orders Commercial Items (Sep 2007) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) 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 52.233-1 Disputes (Jul 2002) FAR 52.244-6 Subcontracts for Commercial Items (Mar 2007) FAR 52.246-4 Inspection of Services - Fixed Price (Aug 1996) DFARS 252.204-7004 Central Contractor Registration (Sep 2007) Alt A 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 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 (Jan 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 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) 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 competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. The Government will award this contract based on best value to the government. Offerors 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 FBO. •(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options for 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 of 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 (SEP 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 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) Section I All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Director of Procurement. Submit request in accordance with FAR 33.104(d)(4) to: Naval Special Warfare Development Group, Attn: Contracting Officer, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I •(a) The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee's name, security clearance and technical qualifications. •(b) Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and training costs for replacement personnel. •(c) Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for: •(1) employees removed as a result of cancellation or completion of the contract, (2) employees replaced due to death or incapacitating illness or injury, (3) or employees removed or replaced at the Government's request. •(d) If any employee removes him/herself from the employ of the contractor, such removal will be at no additional cost to the Government. SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (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 Rick Smith, phone (757) 893-2701. SOFARS 5652.204-9004 Foreign Persons (2006) Section K In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____): •1. Full Name: •2. Date of Birth: •3. Place of Birth: •4. Nationality: •5. Social Security Number: •6. Visa Status: •7. Current Address: •8. If a Subcontractor, Subcontractor Name and Address: •9. Biographic data and/or resume: 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. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 29 October 2008. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Christine Anderson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=592ce3d9a5e87f9f56045d08a5913367&tab=core&_cview=1)
 
Place of Performance
Address: 21514 East Kodiak Drive, Marana, Arizona, 85653, United States
Zip Code: 85653
 
Record
SN01695990-W 20081026/081024214837-592ce3d9a5e87f9f56045d08a5913367 (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.