Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

U -- CANOPY COURSE OF INSTRUCTION

Notice Date
6/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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-0184
 
Archive Date
6/30/2010
 
Point of Contact
Tina Ford, Phone: 757-893-2865
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation is issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0184 and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 effective 13 MAY 2010. This procurement is 100 % small business set aside and the associated North American Industrial Classification Code (NAICS) 611620 with a business size standard of $7.0 million applies to this procurement. The DPAS rating for this procurement is DO-S10. All responsible sources may submit a quote which shall be considered by the agency. Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B: Schedule of Supplies/Services CLIN 0001 Canopy Control Instructor Examiner Course Instruction FFP: SLIN 0001AA - Canopy Control Instructor Examiner Course of Instruction for (1) person from 20 June-26 June 2010. Two (2) instructors for five (5) days of training. Qty: 5 days SLIN 0001AB - Lift Tickets - 120 ea. SLIN 0001AC - Ground Video Services - 5 days SLIN 0001AD - Parachute Packing Services - 120 ea. SLIN 0001AE - Other routine expenses for facilities, travel, etc., Qty. 1 lump sum CLIN 0002 Canopy Course Instruction FFP: SLIN 0002AA - Canopy Course of Instruction for eight (8) personnel from 19 July - 23 July 2010. Three (3) instructors for five (5) days of training. Qty: 5 days SLIN 0002AB - Lift Tickets - 600 ea. SLIN 0002AC - Ground Video Services - 5 days SLIN 0002AD - Parachute Packing Services - 600 ea. SLIN 0002AE - Gear Rental Fees - Quantity 3 rigs SLIN 0002AF - Other routine expenses for facilities, travel, etc., Qty. 1 lump sum Section C: Description/Specifications Clin 0001 Contractor shall provide Canopy Control Instructor Examiner Course Instruction for one (1) student. Contractor shall provide a minimum student to instructor ratio of 2:1 for five (5) days. This must be conducted as an "in-air, train-the-trainer" system with the candidate performing the duties of an instructor while he is being evaluated by a pair of instructors (one as a mock student, and one as the in-air grading observer) Contractor must be able to certify the student as an Instructor Examiner for the Performance Designs ram-air parachute systems. 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 Operation 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. Contractor must provide facility for course instruction. Contractor must be able to provide parachute packing services. 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." Clin 0002 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. Instructors must have the following qualifications: 1. Hold United States Parachutes Association (USPA) Accelerated Free Fall(AFF) instructional rating and USPA Pro rating. 2. Must be familiar with military course curriculum, airborne operations, policies and procedures 3. Must be familiar with military canopy flight characteristics 4. Must have demonstrated a level of expertise which includes a minimum of eight thousand (8,000) logged skydives and two(2) consecutive years conducting military canopy control courses 5. Must be qualified to jump and be a certified professional canopy pilot of the Performance Designs Ram-Air canopies. 6. Must have prior experience with Special Operations Forces (SOF). Contractor will provide classroom instruction on canopy flight and video feedback with critiques of landings. 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 three (3) 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." The following governing bodies apply: USPA, FAA, NSWDG Publication 3000.3 CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul 2004 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Sep 2006 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2009 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Mar 2009 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Dec 2009 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Aug 2009 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun 1998 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.232-36 Payment by Third May 1999 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Feb 2006 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Dec 2009 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jan 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III Aug 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 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) 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. 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. 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: Tina Ford Contract Specialist 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-893-2865 Fax: 757-893-2957 Email address: tina.ford@vb.socom.mil SOFARS 5652.232-9003 Paying Office Instructions (2005) (a) The Primary Contracting Office Payment Point of Contract 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 Contstance 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 of Standarad Form 26, Block 25 on Standard Form 33, Block 15 on DD Form 1155, Block 18a on Standard Form 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 12:00 p.m. Eastern Standard Time (EST) on Tuesday, 15 June 2010. the offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes received after this time frame shall not be considered for award. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0184/listing.html)
 
Place of Performance
Address: NAVAL SPECIAL WARFARE DEVELOPMENT GROUP, VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02174823-W 20100612/100610235718-413e18931039e0b6ddadddc9901b4f38 (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.