Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

69 -- Training Course of Instruction

Notice Date
4/8/2009
 
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-0099
 
Archive Date
5/9/2009
 
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
NOTE: The purpose of this amendment is to (1) revise the qualifications for the primary instructor to read: Instructor must hold a second-degree (or higher) black belt in Brazilian Jiu-Jitsu, with preference of having trained under Master Carlos Gracie, Jr. and Professor Jean Jaques Machado and (2) revise the closing date to 24 April 2009 at 12:00 p.m. Eastern Standard Time (EST). VENDORS MUST EMAIL CHRISTINE ANDERSON ONLY AT CHRISTINE.ANDERSON@VB.SOCOM.MIL WITH ALL QUESTIONS. This is a combined synopsis/solicitation for commercial items 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 H92244-09-T-0099, 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) 2005-30 effective 17 February 2009. The North American Industrial Classification Code (NAICS) 611699 applies with a business size standard of $7.0 million. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-S10. Single or multiple awards are contemplated. FOB Point is Destination for SLIN 0001AA. FOB Points are Origin for SLINs 0001AB, 0001AC and 0001AD. Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Training Course of Instruction Includes: Brazilian Jiu-Jitsu (BJJ), Judo, Grappling, and Mixed Martial Arts throughout the week at NSWDG in accordance with the Statement of Objectives (SOO) Period of Performance: Date of award through twelve (12) months. SubLine Item Number (SLIN) 0001AA Training Course of Instruction Contractor shall provide at least one (1) instructor at NSWDG in accordance with the Statement of Objectives identified in Section C. Period of Performance: Date of award through 12 months. Training at NSWDG will be arranged weekly through the command point of contact. Minimum: two (2) hours; Maximum: two-hundred (200) hours. FOB: Destination SLIN 0001AB Training Course of Instruction NSWDG members may attend regularly attended sessions at the Contractor facility. Up to thirty (30) individual one hour sessions per week are available at a flat rate per session. Period of Performance: Date of award through 12 months. Minimum: 2 sessions; Maximum: 720 sessions FOB: Origin SLIN 0001AC Training Course of Instruction NSWDG members may attend private sessions at the Contractor facility. Up to 2 individuals may attend per private session. Private training sessions will be arranged when needed through the command point of contact. Period of Performance: Date of award through 12 months. Minimum: 2 sessions; Maximum: 720 sessions FOB: Origin SLIN 0001AD Training Course of Instruction NSWDG members may attend semi-private sessions at the Contractor facility. A minimum of three (3) individuals must attend semi-private session. Semi-private sessions will be arranged when needed through the command point of contact. Period of Performance: Date of award through 12 months. Minimum: 2 sessions; Maximum: 720 sessions FOB: Origin Contract Line Item Number (CLIN) 1001 OPTION Training Course of Instruction Includes: Brazilian Jiu-Jitsu (BJJ), Judo, Grappling, and Mixed Martial Arts throughout the week at NSWDG in accordance with the Statement of Objectives (SOO) Period of Performance: Date of award through twelve (12) months. SubLine Item Number (SLIN) 1001AA OPTION Training Course of Instruction Contractor shall provide at least one (1) instructor at NSWDG in accordance with the Statement of Objectives identified in Section C. Period of Performance: Date of award through 12 months. Training at NSWDG will be arranged weekly through the command point of contact. Minimum: two (2) hours; Maximum: two-hundred (200) hours. FOB: Destination SLIN 1001AB OPTION Training Course of Instruction NSWDG members may attend regularly attended sessions at the Contractor facility. Up to thirty (30) individual one hour sessions per week are available at a flat rate per session. Period of Performance: Date of award through 12 months. Minimum: 2 sessions; Maximum: 720 sessions FOB: Origin SLIN 1001AC OPTION Training Course of Instruction NSWDG members may attend private sessions at the Contractor facility. Up to 2 individuals may attend per private session. Private training sessions will be arranged when needed through the command point of contact. Period of Performance: Date of award through 12 months. Minimum: 2 sessions; Maximum: 720 sessions FOB: Origin SLIN 1001AD OPTION Training Course of Instruction NSWDG members may attend semi-private sessions at the Contractor facility. A minimum of three (3) individuals must attend semi-private session. Semi-private sessions will be arranged when needed through the command point of contact. Period of Performance: Date of award through 12 months. Minimum: 2 sessions; Maximum: 720 sessions FOB: Origin Section C Statement of Objectives SCOPE. This SOO defines the efforts required to provide practical, sustainment training in an advanced unarmed combat course of instruction to personnel attached to Naval Special Warfare Development Group (NSWDG). Course instruction will include Brazilian Jiu-Jitsu (BJJ), Judo, Grappling, and Mixed Martial Arts. Course of instruction should incorporate the tactical employment of these hand-to-hand techniques while teaching students how to adapt to different scenarios and specific needs. NSWDG personnel conduct advanced research and development of tactics for use by Naval Special Warfare Forces. In order to successfully conduct this mission, they must be trained and prepared to conduct a diverse range of combat skills. •1.1 BACKGROUND. The objective of this training schedule is to provide realistic, practical training to NSWDG personnel that will be sustained over time. This contract will be executed by session requirement; the frequency of occurrence will be scheduled through the Command Combatives POC. COMMAND COMBATIVES POINT OF CONTACT. The designated technical representative is Mr. Scotty Keltner who can be reached at (757) 893-2303 or email to michael.keltner@vb.socom.mil. REQUIREMENTS. The on-site training will take place on a weekly basis from Monday through Friday, as required, from date of award through twelve months. The number of students per course of instruction occurring at the NSWDG compound shall be no more than thirty (30) students. Course of instruction will include at a minimum the following fighting techniques: BRAZILIAN JUI-JITSU (BJJ): ground-fighting focusing on body control and submission grappling. JUDO, GRAPPLING, MIXED MARTIAL ARTS: stand-up fighting focusing on strike defense, counters, and take downs. QUALIFICATIONS: TRAINING: Instructor must hold a second-degree (or higher) black belt in Brazilian Jiu-Jitsu, having trained under Master Carlos Gracie Jr. and Professor Jean Jaques Machado. COMPETITION: Instructors must be nationally or internationally recognized at world level competitions such as the Pan-American Championship, the Atlantico Sul Championship Nationals, the Copa Raulf Championship, and the Brazilian Championship. TACTICAL APPLICATION: Possess an established background in employing and incorporating martial arts techniques into tactical military scenarios to include, but not limited to, Close Quarter Battle (CQB) and Military Operations on Urban Terrain (MOUT). Instructors must have verifiable experience training various groups of military and law enforcement groups and individuals. PLACE OF PERFORMANCE: NSWDG, Virginia Beach, Virginia and Contractor Facility. OTHER CONDITIONS/REQUIREMENTS: Work under this task order shall be conducted during normal working hours which are 7:30 a.m. to 4:00 p.m. when applicable; however, availability, time constraints, and varying schedules may require class time outside the scope of normal business working hours. The Contractor will be responsible for providing the government with a monthly report of command members trained and training qualifications obtained. DELIVERABLES: Paragraph Deliverables Delivery Requirements 6 List of command members trained and training qualifications obtained By the 5 th day after the end of the first complete calendar month and each month thereafter in electronic format (i.e. Microsoft Word or Excel) until contract completion SPECIFICATIONS •· Combative training must include Brazilian Jiu-Jitsu ground fighting techniques, Judo, Mixed Martial Arts, and close quarter hand to hand combat fighting. •· Combative training must include techniques and procedures based on current and real world scenarios. •· Combat training must work effectively with NSWDG equipment (i.e., head gear and grappling mats) and must be applicable in confined spaces. Government furnished SOF-related (unclassified) equipment will be implemented during training as well. •· At the conclusion of the course, the student experience and practical level of capabilities will be increased in the following areas to the greatest extent possible under the time provided: take downs, throws, standing escapes, ground escapes, "guard" and "half guard" positions, joint locks, chokes, ground body control, headlock escapes, rear grabs, front grabs, punch and kick defense, clinch work, cuffing and searching, escorting and marshalling, and multiple opponent strategies. •· Facility •o Contractor will provide local combative facility equipped consistent with above specified disciplines. Equipment includes, but is not limited to, bags, mats, and matted/grappling striking areas. Facility must be capable of accommodating up to thirty (30) individuals to facilitate training. •· Primary Instructor must have: •o 2 nd Degree Black Belt in Brazilian Jiu-Jitsu. •o Received his Black Belt under Master Carlos Gracie Jr. •o Trained over (5) years under Master Carlos Gracie Jr, Gracie Barra Academy. •o Trained in Brazil under Professor Jean Jaques Machado. •o Minimum (7) years experience in teaching beginner through advanced students. •o Recognition nationally and militarily as a hand to hand combat expert. •o Minimum (7) years experience training SOF. •· Secondary Instructor must have: •o Brown Belt in Brazilian Jiu-Jitsu under Gustavo Machado. •o Minimum (2) years experience in teaching beginner through advanced students. CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions (JUL 2004) 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) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) 52.204-7 Central Contractor Registration (APR 2008) 52.209-1 Qualification Requirements (FEB 1995) 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (SEP 2006) 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2009) 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) (JAN 2009) 52.216-22 Indefinite Quantity (OCT 1995) 52.216-27 Single or Multiple Awards (OCT 1995) 52.217-5 Evaluation of Options (JUL 1990) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 Utilization of Small Business Concerns (MAY 2004) 52.219-14 -- Limitations on Subcontracting. 52.219-28 Post-Award Small Business Program Representation (JUN 2007) 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. 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees. 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-50 Combating Trafficking in Persons (FEB 2009) 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 (FEB 2009) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.249-8 Default (Fixed Price Supply & Service) (APR 1984) 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 Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (JAN 2009) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 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 (JUN 2008) •(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 Schedule Past Performance Price Technical Competence, Schedule and Past Performance, when combined, are approximately equal. •(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. 52.216-18 Ordering (OCT 1995) •(a) Any supplies or services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 72 months. •(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. •(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitation (OCT 1995) •(a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 2 hours for SLIN 0001AA, 0001AB, 0001AC and 0001AD, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under this contract. •(b) Maximum Order. The Contractor is not obligated to honor: •(1) Any order for a single item in excess of 200 hours for SLIN 0001AA, 720 sessions for SLIN 0001AB, 300 sessions for SLIN 0001AC and 156 sessions for SLIN 0001AD; •(2) Any order for a combination of items in excess of 200 hours for SLIN 0001AA, 720 sessions for SLIN 0001AB, 300 sessions for SLIN 0001AC and 156 sessions for SLIN 0001AD; or •(3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation on subparagraph (1) or (2) above. •(c) If this is a requirements contract (i.e., includes the Requirements clause at 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. •(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___________ (months)(years). (End of Clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFAR1.HTM DFARS: http://farsite.hill.af.mil/VFDFAR1.HTM SOFARS: http://farsite.hill.af.mil/VFussocom1.HTM 52.252-5 -- Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. SOFARS 5652.204-9000 Individual Authorized to Sign (2003) Section K (a) Proposals shall be signed by an authorized individual. The offeror hereby represents that the individual designated below is authorized to bind the corporation, partnership, individual or educational institution. Evidence of authorization shall be provided by the offeror in accordance with the applicable instructions below. If the offeror is a joint venture, each participant in the joint venture shall submit a separate representation. (1) CORPORATIONS: The signatory must be an official or person otherwise authorized to bind the corporation. A Corporate representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the corporation. Corporations may establish the authority of its agents by furnishing a power of attorney with the offer, a corporate resolution, or by causing the following representation to be executed under its corporate seal, provided that the same officer shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the firm named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the corporation and is __________________________ of said corporation; that said contractual instrument was duly signed for and in behalf of said corporation by authority of its governing body; and is within the scope of its corporate powers. AFFIX CORPORATE SEAL (Note: If a corporation does not have a seal or the offer is being submitted electronically, the offeror may print the word "SEAL".) ___________________________ (Signature) (2) PARTNERSHIPS: Partnerships shall establish their authority and the authority of their agents by completing the following representation, provided that it is executed by a partner other than the person signing the contractual instrument. I, _____________________________, represent that I am a partner of the firm of ___________________ consisting of the following partners _____________________________________________________; that ______________ signed this contractual instrument on behalf of said firm and is __________________________ of said firm; that said contractual instrument was duly signed for and in behalf of said firm by authority of partnership; and is within the scope of its corporate powers. __________________________ (Signature) (3) INDIVIDUALS: The signatory must be the owner and the contractual instrument shall be signed as such unless an agent's authority has been established through a power of attorney. Individuals submitting contractual instruments under an agent's signature must furnish a power of attorney to establish the agent's authority. (4) EDUCATIONAL INSTITUTIONS: The signatory must be an official or person otherwise authorized to bind the educational institution. A representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the educational institution. Educational institutions may establish authority of their agents by furnishing with their offeror a power of attorney, a corporate resolution or by causing the following representation to be executed, provided that the same individual shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the educational institution named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the educational institution and is __________________________ of said educational institution; that said contractual instrument was duly signed for and in behalf of said educational institution by authority of its governing body; and is within the scope of its corporate powers. ___________________________ (Signature) (a) Once a power of attorney or corporate resolution has been submitted to establish the authority of its agents, provide reference to the Procurement Instrument Identification Number with which it was submitted by including the following statement in lieu of furnishing an additional copy: "Evidence to establish the authority of the agent signing this document was submitted with Document Number _________________." SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) Section L 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: Christine Anderson 1636 Regulus Avenue Virginia Beach, Virginia 23461-2299 Phone: (757) 893-2715 Fax: (757) 893-2957 Email: christine.anderson@vb.socom.mil <ins datetime="2009-03-10T08:58" cite="mailto:UCAnderson"></ins> SOFARS 5652.237-9000 Contractor Personnel Changes (1998) •(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: •a. Employees removed as a result of cancellation or completion of the contract; •b. Employees removed due to death or incapacitating illness or injury, •c. 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 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. 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. SOFARS 5652.201-9002 Authorized Changes Only by the Contracting Officer 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 matter 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 than 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, telephone number and email address of the Contracting Officer is provided as follows: NSWDG, Attn: Leigh Walker (Contracts Department, N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, telephone (757) 893-2713, fax (757) 893-2957, email leigh.walker@vb.socom.mil. <del datetime="2009-03-09T11:06" cite="mailto:Phillips"> </del>
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c3de6e11fd1b881f217ab20951f0669&tab=core&_cview=1)
 
Place of Performance
Address: Contractor Facility and NSWDG, Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN01788208-W 20090410/090408215711-5c3de6e11fd1b881f217ab20951f0669 (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.