Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

69 -- Tactical Swimming Course of Instruction

Notice Date
2/13/2009
 
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-0091
 
Response Due
2/20/2009 4:00:00 PM
 
Archive Date
3/7/2009
 
Point of Contact
Christine G. Anderson,, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to incorporate the following specification erroneously omitted when the solicitation was posted: The Primary Instructor must have a minimum of eight (8) years experience instructing Naval Special Warfare personnel, Federal, State and Local units in Tactical Swimming Proficiency. Must have competed on an international level, and be currently competitive in long distance/marathon swimming. This is a combined synopsis/solicitation 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 accepted 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-0091, 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) 2005-28 effective 12 December 2008. The North American Industrial Classification Code (NAICS) 611699 applies to this procurement with a business size standard of $6.5 million. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. 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 Tactical Swimming Proficiency Course of Instruction (COI) for Five (5) Days at the contractor's facility. Minimum: Three (3) weeks for forty (40) students; Maximum: Ten (10) weeks for 40 students. QUANTITY 10 WEEKS CLIN 1001 OPTION Tactical Swimming Proficiency COI for 5 Days at the contractor's facility. Minimum: 3 weeks for 40 students; Maximum: 10 weeks for 40 students. QUANTITY 10 WEEKS CLIN 2001 OPTION Tactical Swimming Proficiency COI for 5 Days at the contractor's facility. Minimum: 3 weeks for 40 students; Maximum: 10 weeks for 40 students. QUANTITY 10 WEEKS CLIN 3001 OPTION Tactical Swimming Proficiency COI for 5 Days at the contractor's facility. Minimum: 3 weeks for 40 students; Maximum: 10 weeks for 40 students. QUANTITY 10 WEEKS Section C Specifications The course must focus on the following: (1) improvement of the students overall efficiency in the aquatic environment; (2) contractor must teach and explain fishlike swimming, how to measure efficiency using heart rate and stroke count and time for any distance swim. At the conclusion of the course, the students should have a basic knowledge of how to measure efficiency, how to self-monitor during the swim, how to implement swimming techniques, basic workouts, incorporation of longer swim strategies, and be confident swimming sidestroke and other strikes with and without gear. Section E Inspection and Acceptance Terms CLIN 0001 Inspect at Origin by Government, Accept at Origin by Government CLIN 1001 Inspect at Origin by Government, Accept at Origin by Government CLIN 2001 Inspect at Origin by Government, Accept at Origin by Government Section F Delivery Information CLIN 0001 Period of Performance is twelve (12) months after date of award CLIN 1001 Period of Performance is to be determined CLIN 2001 Period of Performance is to be determined Section I Clauses 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.204-7 Central Contractor Registration APR 2008 52.209-1 Qualification Requirements FEB 1995 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) DEC 2008 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns MAY 2004 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 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 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) - Alternate I JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-41 Service Contract Act Of 1965 NOV 2007 52.223-6 Drug-Free Workplace MAY 2001 52.232-17 Interest OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information MAY 1999 52.233-1 Disputes JUL 2002 52.244-6 Subcontracts for Commercial Items DEC 2008 52.246-4 Inspection Of Services--Fixed Price AUG 1996 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2008 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 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. 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 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. (End of provision) SOFARS CLAUSES 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, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957.. 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. All questions concerning this procurement, either technical or contractual, must be submitted in writing to the Contracting Officer. 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 Christine Anderson at christine.anderson@vb.socom.mil. Quotes must be received no later than 2:00 p.m. Eastern Standard Time (EST) on 20 February 2009. The offeror agrees to hold its 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, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Email is preferred. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5aa65aa364a1c18b690868c14b4f6814&tab=core&_cview=1)
 
Place of Performance
Address: Contractor Facility; for solicitation purposes, the city of Virginia Beach has been identified as this field is required. City/State will reflect awardee's address., Virginia Beach, Virginia, 23461-2299, United States
Zip Code: 23461-2299
 
Record
SN01751017-W 20090215/090213221208-5aa65aa364a1c18b690868c14b4f6814 (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.