Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

69 -- CANOPY COURSE OF INSTRUCTION

Notice Date
1/6/2011
 
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
H92244-11-T-0053
 
Archive Date
1/27/2011
 
Point of Contact
Josephine Ocampo, Phone: 757-893-2797
 
E-Mail Address
josephine.ocampo@vb.socom.mil
(josephine.ocampo@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items 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; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0053, and 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 2005-48 effective 30 Dec ‘10. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-S10 The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Canopy Course Instruction. Contractor shall provide Canopy Course Instruction for six (6) students. Contractor shall provide a minimum student to contractor ratio of 2:1 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 be able ro provide facility for course instruction. Contractor must be able ro provide rigs three (3) rigs per course. Contractor must be able ro provide parachute packing servicess 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." SLIN 0001AA Canopy Course of Instruction for six (6) personnel from 24 January 2011 - 28 January 2011. Three (3) instructors for five (5) days of training. Qty - 5 days SLIN 0001AB Lift Tickets Qty - 450 ea SLIN 0001AC Ground Video Services Qty - 5 days SLIN 0001AD Parachute Packing Services Qty - 450 ea SLIN 0001AE Gear Rental Fees Qty - 3 rigs SLIN 0001AF Other routine expenses for facilities, travel, etc Qty - 1 lot CLIN 0002 Canopy Course Instruction. Contractor shall provide Canopy Course Instruction for six (6) students. Contractor shall provide a minimum student to contractor ratio of 2:1 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 be able ro provide facility for course instruction. Contractor must be able ro provide rigs three (3) rigs per course. Contractor must be able ro provide parachute packing servicess 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." SLIN 0002AA Canopy Course of Instruction for six (6) personnel from 31 January 2011 - 04 February 2011. Three (3) instructors for five (5) days of training. Qty - 5 days SLIN 0001AB Lift Tickets Qty - 450 ea SLIN 0001AC Ground Video Services Qty - 5 days SLIN 0001AD Parachute Packing Services Qty - 450 ea SLIN 0001AE Gear Rental Fees Qty - 3 rigs SLIN 0001AF Other routine expenses for facilities, travel, etc Qty - 1 lot Following Clauses and Provision applies to this procurement. 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 52.211-6 Brand Name or Equal Aug 1999 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 52.212-1 Instructions to Offerors - Commercial Items Sep 2006 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Oct 2010 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) Oct 2010 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 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 Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Aug 2007 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003 Contractor Registration FAR 52.232-36 Payment by Third Party Feb 2010 FAR 52.233-1 Alt I Disputes - Alternate 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 Changes - Fixed Price Aug 1987 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default 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 Alt 1 Item Identification and Valuation - Alternate I 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) Oct 2010 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 Jan 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 that due to character limitation 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 Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov 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 it's depth and it's 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. 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 FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2002) - Alternate 1 Oct 2010 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 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 Christine Anderson, telephone (757) 893-2715. 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. 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 by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 12 January 2011. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Jo Ocampo at josephine.ocampo@vb.socom.mil or phone (757) 893-2797 or fax to (757) 893-2957.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0053/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02355252-W 20110108/110106233923-40aacd01f79b6bcf244d1eec59c9a733 (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.