Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
MODIFICATION

U -- Combined Synopsis for W9124712T0012, Federal Aviation Administration Certified Rigger Support Services. This announcment serves to provide a second Q&A attachment for industry.

Notice Date
12/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124712T0012
 
Response Due
12/16/2011
 
Archive Date
2/14/2012
 
Point of Contact
Ramon Ramos, 9109082137
 
E-Mail Address
MICC Center - Fort Bragg
(ramon.g.ramos.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)Solicitation document W91247-12-T-0012 is issued as a Request for Quote (RFQ) for the contractor to provide Federal Aviation Administration (FAA) Certified Rigger support for the United States Army Parachute Team's (USAPT) Formation Skydiving Team (FST), Style/ Accuracy Team (S/A) and Tandem Team. The FAA specifically states: "The main parachute must be packed by a FAA certificate holding parachute rigger or by the person jumping it and is also required to be packed within 120 days of its use. FAA certified riggers may also supervise others in the inspection and packing of parachutes." (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53 Effective 05 July 2011. (iv)This requirement is a total small business set-aside. This will be a Firm-Fixed price contract. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The North American Industry Classification System (NAICS) code for this requirement is 314999 "All Other Miscellaneous Textile Product Mills" size standard is 500 employees. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. Interested persons may identify their interest and capabilities to respond to the requirements. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001250Each$___________$_____________ Tandem Packs in Homestead, FL FFP Tandem Packs: Winter training pack jobs in Homestead, FL FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0002250Each$___________$_____________ Standard Packs in Homestead, FL FFP Standard Packs: Winter training pack jobs in Homestead, FL FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0003400Each$___________$_____________ Tandem Packs at Laurinburg DZ, NC FFP Tandem Packs at Laurinburg DZ, NC FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000410,493Each$___________$_____________ Standard Packs at Laurinburg DZ, NC FFP Tandem Packs at Laurinburg DZ, NC FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00051Each$___________$_____________ Contracting Manpower Reporting FFP The contractor is required to enter data into the Contracting Manpower Report (CMR) system. Reporting period will be the period of performance not to exceed 12 months ending September 29 of each government fiscal year and must be reported by 31 October of each calendar year. Data must be accurately and completely entered into the CMR database during the data gathering period each year or part of each year, for which the contract is in force. In accordance with the attached Performance Work Statement Section VII. FOB: Destination NET AMT$_____________ (v)A detailed Performance Work Statement is provided below. PERFORMANCE WORK STATEMENT (PWS) PARACHUTE PACKER SUPPORT FOR US ARMY PARACHUTE TEAM DURING INTENSIFIED WINTER TRAINING I. SCOPE: The Contractor shall provide Federal Aviation Administration (FAA) Certified Rigger support for the United States Army Parachute Team's (USAPT) Formation Skydiving Team (FST), Style/ Accuracy Team (S/A) and Tandem Team. The FAA specifically states: "The main parachute must be packed by a FAA certificate holding parachute rigger or by the person jumping it and is also required to be packed within 120 days of its use. FAA certified riggers may also supervise others in the inspection and packing of parachutes." The contractor, as directed by the Contract Officer or his/her representative, shall provide this support to the FST, S/A and TandemTeam as determined necessary by the US Army Parachute Team Commander or his designated representative. Work will be performed at the USAPT leased facility, Laurinburg/Maxton Airport, Maxton, NC. II. PURPOSE: The purpose of this contract is to provide timely and cost effective certified rigger (parachute packing) support for the FST, S/A and Tandem Team in performing their mission for the Department of the Army, the Office of the Chief of Public Affairs (OCPA), the United States Army Accession Command (USAAC), and as the United States of America Representatives in world competitions. As world champion competitors, the FST's and S/A's mission is "live" and highly visible. Parachute packing services are often needed within 24-hours or less and may be cancelled within the same time frame due to adverse weather conditions or other unforeseen circumstances. Therefore, the contractor must have considerable flexibility. Specialized provisions apply in that the certified riggers/packers utilized by the contractor must be FAA certified. The contractor and contractor personnel must be thoroughly familiar with, and adhere to, quality standards/guidelines set forth in the FAA as well as Federal Aviation Regulations (FAR). III. PERSONNEL: The mission of the FST, S/A and Tandem Team mandates that the contractor have riggers/packers, with a FAA certified rigger supervisor. These riggers/packers must have technical rigger knowledge/expertise in order to insure that parachutes are packed safely and in a timely manner to meet the requirements/demands of the Teams. The work history of each contract employee shall contain experience directly related to the tasks and functions to be assigned. The USAPT commander or his designated representative reserves the right, upon request to the Contractor, to determine if a given work history contains necessary and sufficiently detailed/related experience to reasonably insure the ability for effective and efficient performance. IV. TASK REQUIREMENTS: Riggers will pack state-of-the-art ram-air parachutes into free fall, style and accuracy and tandem team parachute container systems to be used as main parachutes and deployed by members of the United States Army Parachute Team. Parachutes must be packed to open reliably with minimal heading changes on opening, and softly at speeds up to 125 miles per hour, so as to avoid injury from a hard opening. The parachute equipment brands will be primarily Performance Design main parachutes which are to be packed into the Javelin and Vector container systems. According to FAA requirements, packers must ensure that all collapsible pilot chutes are properly packed so as to avoid a pilot chute in tow. The main parachute must be packed by, or packing must be supervised by, a FAA certificate- holding parachute rigger or by the person jumping it. Also, the main parachute is required to be packed within 120 days of its use. Tandem Packs 650 each (maximum) 15 minutes per pack Standard Packs 10,743 each (maximum) 5 minutes per pack Contractor must be capable of packing 15 standard systems in a 25 minute period. Duty day will be based on the training requirement (schedule) of the individual team the pack jobs are being provided to. Contractor will coordinate with the drop zone safety officer for a specified work day. V. GOVERNMENT FURNISHED PROPERTY (GFP): The Government shall furnish all property for rigger/packer support to include, but not limited to, parachutes, containers and other related items. VI. PERIOD OF PERFORMANCE: Period of performance for this contract is 1 January 2012 through 31 December 2012. VII. CONTRACT MANPOWER REPORTING:. a.General. "The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: b.Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; c.Contract number, including task and delivery order number; d.Beginning and ending dates covered by reporting period; e.Contractor name, address, phone number, e-mails address, identity of contractor employee entering data; f.Estimated direct labor hours (including sub-contractors); g.Estimated direct labor dollars paid this reporting period (including sub- contractors); h.Total payments (including subcontractors); i.Predominant Federal Supply Class Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); j.Estimated data collection cost; k.Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); l.Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); m.Presence of deployment or contingency contract language; n.Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (vi) Clauses and Provisions (vii) FAR 52.203-6 Alternate 1, (clause) Restrictions on Subcontractor Sales to the Government (viii) FAR 52.204-10 (clause) Reporting Executive Compensation and First -Tier Subcontracts Awards (viv) FAR 52.219-28 Post Award Small Business Program Representation (vv) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (vvi) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (vvii) FAR 52.204-7 Central Contractor Registration (vviii) FAR 52.212-4 Contract Terms and Conditions - Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government (vix) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil): (vx) Applicable clauses under FAR 52.212-5: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.219-28, Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.222-41 No Wage Determination has been issued regarding this procurement. The following is for informational uses only: Code: OCC 51-2099 Title: Assemblers and Fabricators, All Others Rate: $14.84. A copy of the wage determination may be downloaded from: http://www.bls.gov/oes/current/oes_nc.htm; 52.222-42 Statement of Equivalent rates for Federal Hire, **THIS IS FOR INFORMATIONAL PURPOSES ONLY** Code; 1670, Title; Equipment Specialist, Grade; GS-04 step 3, Rate per Hour; $14.74. 52.222-43 Fair Labor Standards Act and Service Contract Act -52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. WIDE AREA WORKFLOW ADDENDUM TO 52.212-4, Contract Terms and Conditions-Commercial Items (WAWF) All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. CONTRACT NUMBER: TBD TYPE OF DOCUMENT: 2 in 1 CAGE CODE: TBD ISSUE BY DODDAC: TBD ADMIN DODDAC: W91247 SERVICE ACCEPTOR/SHIP TO: TBD LOCAL PROCESSING OFFICE: Always Leave Blank for Army Contracts PAY OFFICE DODDAC: TBD Person completing the receiving report name and email address: TBD (End of Scope of Work) (vxi) FAR 52.212-1, Instructions to Offerors - Commercial Items (vxii) FAR 52.212-3 Alt 1, Offeror Representations and Certifciations-Commercial Items (Apr 2011) Alternate 1. (vxiii) FAR 52.232-1, Payments (vxiv) FAR 52.233-3, Protest after Award (vxv) Local 5152.233-4000 AMC Level Protest Program (vxvi) FAR 52.233-4, Applicable Law for Breach of Contract Claim (vxvii) FAR 52.233-2, Service of Protest (vxviii) FAR 52.243-1, Changes - Fixed Price (vxix) FAR 52.245-1 Alt 1, Government Property (vxx) FAR 52.245-9, Use and Charges (vxxi) Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payment (vxxii) FAR 52.212-2 Evaluation - Commercial Items. 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. Determination of award will be based on lowest price and the offeror's ability to provide FAA Rigger Certification. b.Lowest offeror must present FAA certifications at time of award. (vxxiii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Incorporated by Full Text (vxxiv) 5152.209-4000 DoD Level Antiterrorism (AT) Standards Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (a)In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (b)Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (vxxv) Local 5152.233-4000 AMC Level Protest Program Army Materiel Command (AMC)-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve the concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns with AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command Office of Command Counsel 9301 Chapek Road, Room 2-1SE3401 Fort Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent to by Fed Ex or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) (vxxvi) Submission of quotes shall be forwarded by Friday, 16 December 2011, 11:00 AM EST. Submit signed and dated quotes to CPT Ramon Ramos via email ramon.g.ramos.mil@mail.mil or (910) 908-2137 on or before the exact time specified in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f60089f23f7ad89c4e7644b182f08c85)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02638782-W 20111216/111214233949-f60089f23f7ad89c4e7644b182f08c85 (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.