Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
MODIFICATION

U -- CANOPY COURSE INSTRUCTION

Notice Date
3/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
611620 — Sports and Recreation 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
H92244-10-T-0106
 
Archive Date
4/1/2010
 
Point of Contact
Christine Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
(christine.anderson@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO VENDORS: ANY QUOTES SUBMITTED ELECTRONICALLY TO ANA DOWNES AT ANA.DOWNES@VB.SOCOM.MIL MUST BE RE-ROUTED TO CHRISTINE ANDERSON AT CHRISTINE.ANDERSON@VB.SOCOM.MIL NO LATER THAN 4:00 P.M. EST ON 17 MARCH 2010. This is a combined synopsis/solicitation for commercial items 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. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0106. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 effective 01 February 2010. North American Industrial Classification Code (NAICS) 611620 with a standard business size of $7.0 million applies to this procurement. This procurement is 100% Small Business Set-Aside. The DPAS rating for this procurement is DO-S10. SECTION B CLIN LINE ITEM NUMBER (CLIN) 0001 Canopy Course Instruction FFP Contractor shall provide Canopy Course Instruction for twelve (12) students. Contractor shall provide a minimum student to instructor ratio of 3-1 for five (5) days to train and instruct in the use of Performance Designs Ram-Air Canopies. Contractor must be recognized as an official canopy instructor trainer for Performance Design, Inc. All instructors must be certified as professional canopy pilots for Performance Designs, Inc. and must have prior experience with Special Operations Forces (SOF). Contractor must be able to provide video footage upon completion of course for debrief purposes. Contractor must be able to provide lift tickets for all personnel. Contractor must provide facility for course instruction. Contractor must provide rigs six (6) rigs per course. Contractor must be able to provide parachute packing services for all personnel. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." SUB LINE ITEM NUMBER (SLIN) SLIN 0001AA - Canopy Course of Instruction for twelve (12) personnel from 22 March-26 March 2010. Six (6) instructors for five (5) days of training. Qty: 5 days SUB LINE ITEM NUMBER (SLIN) SLIN 0001AB - Lift Tickets - 960 ea. SUB LINE ITEM NUMBER (SLIN) SLIN 0001AC - Ground Video Services - 5 days SUB LINE ITEM NUMBER (SLIN) SLIN 0001AD - Parachute Packing Services - 960 ea. SUB LINE ITEM NUMBER (SLIN) SLIN 0001AE - Gear Rental Fees - Quantity 8 rigs SUB LINE ITEM NUMBER (SLIN) SLIN 0001AF - Other routine expenses for facilities, travel, etc., Qty. 1 lot CLIN LINE ITEM NUMBER (CLIN) 0002 Canopy Course Instruction FFP Contractor shall provide Canopy Course Instruction for twelve (12) students. Contractor shall provide a minimum student to instructor ratio of 3-1 for five (5) days to train and instruct in the use of Performance Designs Ram-Air Canopies. Contractor must be recognized as an official canopy instructor trainer for Performance Design, Inc. All instructors must be certified as professional canopy pilots for Performance Designs, Inc. and must have prior experience with Special Operations Forces (SOF). Contractor must be able to provide video footage upon completion of course for debrief purposes. Contractor must be able to provide lift tickets for all personnel. Contractor must provide facility for course instruction. Contractor must provide rigs six (6) rigs per course. Contractor must be able to provide parachute packing services for all personnel. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." SUB LINE ITEM NUMBER (SLIN) SLIN 0002AA - Canopy Course of Instruction for twelve (12) personnel from 29 March - 02 April 2010. Six (6) instructors for five (5) days of training. Qty: 5 days SUB LINE ITEM NUMBER (SLIN) SLIN 0002AB - Lift Tickets - 960 ea. SUB LINE ITEM NUMBER (SLIN) SLIN 0002AC - Ground Video Services - 5 days SUB LINE ITEM NUMBER (SLIN) SLIN 0002AD - Parachute Packing Services - 960 ea. SUB LINE ITEM NUMBER (SLIN) SLIN 0002AE - Gear Rental Fees - Quantity 8 rigs SUB LINE ITEM NUMBER (SLIN) SLIN 0002AF - Other routine expenses for facilities, travel, etc., Qty. 1 lot CLIN LINE ITEM NUMBER (CLIN) 0003 Canopy Course Instruction FFP Contractor shall provide Canopy Course Instruction for eight (8) students. Contractor shall provide a minimum student to instructor ratio of 3-1 for five (5) days to train and instruct in the use of Performance Designs Ram-Air Canopies. Contractor must be recognized as an official canopy instructor trainer for Performance Design, Inc. All instructors must be certified as professional canopy pilots for Performance Designs, Inc. and must have prior experience with Special Operations Forces (SOF). Contractor must be able to provide video footage upon completion of course for debrief purposes. Contractor must be able to provide lift tickets for all personnel. Contractor must provide facility for course instruction. Contractor must provide rigs four (4) rigs per course. Contractor must be able to provide parachute packing services for all personnel. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." SUB LINE ITEM NUMBER (SLIN) SLIN 0003AA - Canopy Course of Instruction for eight (8) personnel from 03 May - 07 May 2010. Four (4) instructors for five (5) days of training. Qty: 5 days SUB LINE ITEM NUMBER (SLIN) SLIN 0003AB - Lift Tickets - 720 ea. SUB LINE ITEM NUMBER (SLIN) SLIN 0003AC - Ground Video Services - 5 days SUB LINE ITEM NUMBER (SLIN) SLIN 0003AD - Parachute Packing Services - 720 ea. SUB LINE ITEM NUMBER (SLIN) SLIN 0003AE - Gear Rental Fees - Quantity 4 rigs SUB LINE ITEM NUMBER (SLIN) SLIN 0003AF - Other routine expenses for facilities, travel, etc., Qty. 1 lot CLAUSES 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 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitations 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 52.209-5 Certification Regarding Responsibility Matters (DEC 2008) 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, 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 (AUG 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2009) (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 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 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-23 Assignment of Claims (JAN 1986) FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) DFARS 252.204-7000 Disclosure of Information (DEC 1991) 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 (JAN 2009) 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 (NOV 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 252.247-7022 Representation of Extend of Transportation by Sea (AUG 1992) 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 (2009) 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, in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (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 Leigh Walker, telephone (757) 893-2713, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H (NOV 2007) 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 to the following point of contact: Ana Downes, Contract Specialist; 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2722 Fax: 757-893-2957 Email address: ana.downes@vb.socom.mil. SOFARS 5652.232-9003 Paying Office Instructions (2005) (a) The Primary Contracting Office Point of Contact for this contract is: Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; anthony.witherspoon@vb.socom.mil, Phone (757) 893-2720 or Constance Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; constance.hayes@vb.socom.mil, Phone (757) 893-2717. (b) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD form 1155, Block 18a on the Standard From 1449 or otherwise designated paying office. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be received no later than 08:00 a.m. Eastern Standard Time (EST) on 12 March 2010. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0106/listing.html)
 
Record
SN02095256-W 20100319/100317235253-218604912b1a0fe325ce5da317b2ff40 (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.