Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

99 -- MOUNTAIN MOBILITY TRAINING

Notice Date
2/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-0116
 
Archive Date
3/6/2009
 
Point of Contact
Ana M Downes,, Phone: 757-893-2722
 
E-Mail Address
ana.downes@vb.socom.mil
 
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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being requested as a Request for Quote (RFQ); solicitation number is H92244-09-T-0116, as a Firm Fixed Price (FFP) type contract with fixed unit prices. The anticipated award date is on or about 23 February 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30, effective 17 February 2009. North American Industrial Classification Code (NAICS) 611699 applies to this procurement. This procurement is a 100% Small Business Set Aside. The size standard is 7.0M. The DPAS rating for this procurement is DO-C9. Schedule of Supplies/Services Period of Performance: 01 March 2009 through 19 March 2009. CLIN 0001 - Contractor shall provide two (2) instructors capable of training fast moving military units. Provide Cold Weather High Altitude Mountaineering Training for nine (9) Navy Special Warfare Development Group (NSWDG) personnel in Mendoza Argentina. Training shall include: How to detect high altitude sickness signs and how to treat them. Efficient means to traversing different types of high angle terrain. Survival skills at high altitude/cold weather to include building effective shelters and heating. Level I avalanche training to include reaction and rescue. Potential avalanche areas/conditions. Proper use and care of cold weather equipment. Proper method for packing gear in rucksacks as well as Polks. Proper methods for moving (snow shoes, skis, crampons). Proper methods to ascending and decending terrain with rucksacks via fixed lines. Instructors must supply supporting nutritional and physical preparation prior to training. Programs must be based on personal experience, having proven in the field in conditions specific to military training (i.e. Mount McKinley, Alaska, Himalaya, and or Mendoza, Argentina and have proven their capabilities on first ascents in any of these ranges). Instructors must be able to provide a flexible schedule revolving around the climbers requirements of light and fast movement up to 22,840 feet. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) - Alternate I (OCT 1995) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2008) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Commercial Items (JAN 2009) (DEVIATION) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 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 52.219-28 Post-Award Small Business Program Representation (JUN 2007) 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 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 (DEC 2004) FAR 52.222-50 Combating Trafficking of Persons (AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-23 Assignment of Claims (JAN 1986) 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 (DEC 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) 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 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 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 5652.204-9000 Individual Authorized to Sign (2003) 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, ability to meet the requirements 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. DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 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 Christine Anderson, telephone (757) 893-2715. SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) 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 in writing to: Ana Downes, Contract Specialist; Email address: ana.downes@vb.socom.mil or fax at (757) 893-2957 by 18 February no later than 4:00 p.m. Quotes must be received no later than 4:00 p.m. Eastern Standard Time (EST) on 19 February 2009. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Questions shall be sent to the following point of contact: Ana Downes, Contract Specialist; Email address: ana.downes@vb.socom.mil. 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=8ea995a824ad1528406ece2a88052302&tab=core&_cview=1)
 
Record
SN01751402-W 20090219/090217215513-8ea995a824ad1528406ece2a88052302 (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.