Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOLICITATION NOTICE

99 -- RIGGING SERVICES

Notice Date
9/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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-0290
 
Archive Date
10/19/2010
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial service 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 H92244-10-T-0290. 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) 2005-44, effective 08 July 2010. North American Industrial Classification Code (NAICS) 541990 with a standard business size of $7.0 Million applies to this procurement. This procurement is set-aside for service disabled veteran owned small business. 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: CLIN 0001 Rigging Services (10/10)- The contractor shall provide quality assurance and rigging services for the period of 17 Oct 2010 - 6 Nov 2010 in accordance with solicitation H92244-10-T-0290 and the attached statement of work. Qty: 3, Unit of Issue: Week; OPTION CLIN 1001 Rigging Services (02/11) - The contractor shall provide quality assurance and rigging services for the period of 08-27 Feb 2011 in accordance with solicitation H92244-10-T-0290 and the attached statement of work.. Qty: 3, Unit of Issue: Week; FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION; OPTION CLIN 1002 Rigging Services (05/11) - The contractor shall provide quality assurance and rigging services for the period of 8-28 May 2011 in accordance with solicitation H92244-10-T-0290 and the attached statement of work.. Qty: 3, Unit of Issue: Week; FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION; OPTION CLIN 1003 Rigging Services (07/11) - The contractor shall provide quality assurance and rigging services for the period of 10-30 July 2011 in accordance with solicitation H92244-10-T-0290 and the attached statement of work.. Qty: 3, Unit of Issue: Week; FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION; OPTION CLIN 1004 Rigging Services (08/11) - The contractor shall provide quality assurance and rigging services for the period of 07-20 Aug 2011 in accordance with solicitation H92244-10-T-0290 and the attached statement of work.. Qty: 3, Unit of Issue: Week; FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION; OPTION CLIN 1005 Rigging Services (09/11) - The contractor shall provide quality assurance and rigging services for the period of 11-24 Sep 2011 in accordance with solicitation H92244-10-T-0290 and the attached statement of work.. Qty: 3, Unit of Issue: Week; FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION; Period of Performance: The periods of performance listed above are subject to change, however prospective contractors must be available during these dates. The contractor's quote shall include a breakout of travel expenses in accordance with the JTR (PER DIEM, LODGING, TRANSPORTATION, ETC.). STATEMENT OF WORK The contractor must provide a parachute rigger with extensive knowledge of the packing procedures and proven methods required as demonstrated in actual performance of mission requirements. The contract riggers and curriculum must all comply with the parameters specified in the Joint Basic Military Free Fall and Joint Military Tandem Tethered Bundle. Due to the security requirements of the work site the contractor's personnel must be able to obtain and hold a secret clearance. The contract rigger must meet the following requirements: - Rigger must be a current FAA Senior/Master Parachute Rigger. - Rigger must be a graduate of a U.S. Army Parachute Rigger School with training on the maintenance, packing, and rigging of DOD parachutes and airdrop equipment. - Rigger must have extensive knowledge and experience in the assembly, packing and repair of the MJN-1 Personal Parachute and SOV3 Tandem Parachute Systems. - Rigger must have an extensive knowledge of packing and assembly techniques of the military tandem bundle system (MTTB). - Rigger must be certified as a Cypres AAD Technician through SSK Industries, Inc. - The rigger must have demonstrated consistent and recent Air Operations parachute rigging instruction with the United States Military Special Operations Forces. The riggers duties include but are not limited to the following: - Assist military riggers in the sustainment of military parachute rigs. - Perform ram-air canopy maintenance and repair. - Perform quality assurance checks. - Provide basic, intermediate, and advanced packing instructions and procedures. CLAUSES 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 52.203-8 Cancellation, Rescission and Recovery of funds for Illegal or Improper Activity Jan 1997 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 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Jul 2010 FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside May 2004 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 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 Party Feb 2010 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.244-6 Subcontracts for Commercial Items Dec 2008 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov1991 FAR 52.247-29 F.o.b. Origin 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 252.211-7003 Item Identification and Valuation Aug 2008 DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) Jul 2010 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 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 2009 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note 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: Price, technical capability and past performance. The contractor shall provide three recent (within the last 3 years) relevant past performance references. (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. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (Apr 2002) - Alternate 1 Aug 2009 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS PROCUREMENT AND ARE SUBJECT TO FAR 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 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 via email to Tina Ford tina.ford@vb.socom.mil. Questions will be accepted until Friday Oct 1, 2010 @ 9:00 AM and posted later that day. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. 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. Point of contact for this procurement is Tina Ford at tina.ford@vb.socom.mil All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Tina Ford by email at tina.ford@vb.socom.mil, phone: (757) 893-2865, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Tina Ford (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on Monday Oct 4, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0290/listing.html)
 
Place of Performance
Address: VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN02299133-W 20100930/100928234653-c3db114875646e388b566d1ba5f97e8e (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.