Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

U -- TUNNEL INSTRUCTION, TANDEM, AIR-TO-AIR, AND RIGGING SERVICES

Notice Date
1/31/2012
 
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
H92244-12-T-0092
 
Archive Date
2/28/2012
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@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 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 H92244-12-T-0092. 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) 2005-55 effective 3 January 2012. 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 - Supplies or Services CLIN LINE ITEM NUMBER (CLIN) 0001 Contractor shall provide four (4) tunnel coaches for up to 16 students within a 50 mile radius of Marana, AZ for one (1) day, up to twelve (12) hours per day on February 19, 2012 CLIN LINE ITEM NUMBER (CLIN) 0002 Contractor shall provide five (5) Air-to-Air Support Videographers for up to 16 students within a 50 mile radius of Marana, AZ for fifteen (15) days, up to twelve (12) per day on February 20-24, 2012; February 27- March 2, 2012; and March 5-9, 2012 CLIN LINE ITEM NUMBER (CLIN) 0003 Contractor shall provide three (3) Tandem Instruction Videographers for up to 16 students within a 50 mile radius of Marana, AZ for fifteen (15) days, up to twelve (12) per day on February 20-24, 2012; February 27- March 2, 2012; and March 5-9, 2012 CLIN LINE ITEM NUMBER (CLIN) 0004 Contractor shall provide two (2) Parachute Riggers for up to 16 students within a 50 mile radius of Marana, AZ for fifteen (15) days, up to twelve (12) per day on February 20-24, 2012; February 27- March 2, 2012; and March 5-9, 2012 CLIN LINE ITEM NUMBER (CLIN) 0005 Contractor shall provide one (1) Military Tandem Examiner for up to 16 students within a 50 mile radius of Marana, AZ for fifteen (15) days, up to twelve (12) per day on February 20-24, 2012; February 27- March 2, 2012; and March 5-9, 2012 CLIN LINE ITEM NUMBER (CLIN) 0006 Travel and Other Direct Costs. Contractor shall provide a detailed breakdown of all travel-related and other direct costs. All travel-related and other direct costs shall be in accordance with the Joint Travel Regulations (JTR) in effect at the time of award. Section C - Specifications and Qualifications 1. Tunnel Coaches. Instructors shall be current Skyventure Vertical Wind Tunnel Instructors/Operators or IBA Pro-rated flyers with a minimum of 500 hours tunnel coaching experience. Coaches shall be able to effectively teach basic, intermediate, and advanced belly and back-oriented body stabilization in a vertical wind tunnel free fall simulator. Coaches shall be certified as USPA Tandem Instructors on the United Parachute Technologies Sigma Tandem system. Coaches shall have a minimum of 4000 tandem jumps as the tandem instructor. Coaches shall be able to effectively and safely rig and de-rig the students with the Military Tandem Vector System (MTVS) harness-container for slick, weapon, combat equipment (rucksack and weapon) tunnel flight with tandem passengers. Coaches shall be able to organize and clearly present debrief points to the student in both real-time (during flight), and video (post-flight) debriefs of student performance. Coaches shall be able to work twelve (12) hours each day. Coaches shall have a positive past performance with Special Operation Forces (SOF) units, as well as demonstrate a thorough working knowledge of the curriculum of the Joint (closed) Military Tandem Master Course. Coaches shall arrive up to one hour prior to all training evolutions. They shall work continuously in a vertical wind tunnel free-fall simulator for up to six consecutive hours. 2. Air-to-Air Videographer Support. Videographers shall have a high degree of proficiency in air-to-air video, which means the ability to stay consistently within one arm's reach of the student from the time they leave the plane through the deployment sequence, in order to have discernable video for debrief purposes. Videographers shall have a high degree of proficiency in air-to-air video DURING FREEFALL SPEEDS OF 165 MPH OR GREATER, which means the ability to stay consistently within one arm's reach of the student during TANDEM TERMINAL operations from the time they leave the plane through the deployment sequence, in order to have discernable video for debrief purposes.Videographers shall have a high-definition camera system capable of recording student jumps in 1080p for the highest quality video for debriefs. Videographers shall have an excess of 5000 logged jumps and be highly competent jumpers who will not interfere with the student. Videographers shall be able to demonstrate 500 logged jumps in the previous 12-month period to ensure utmost currency.Videographers shall be able to perform up to 12 jumps per day. Videograghers shall either need to have two complete parachute systems, or be able to re-pack their parachute system in less than ten minutes in order to maintain the pace of training.Videographers shall be able to work up to 12 hours per day. Videographers shall arrive at least 30 minutes prior to all scheduled training evolutions. Videographers shall make up to 12 jumps (skydives) per day from military and contracted aircraft, from an altitude of no more than 24,999 feet above sea level. Videographers shall provide their own equipment. 3. Tandem Instructor Videographers shall meet all performance requirements for CLIN 0002 (Air-to-Air video support). Instructors shall possess a current rating as a USPA Tandem Instructor for the United Parachute Technologies Sigma Tandem system. Instructors shall be familiar with the Military Tandem Vector harness-container and all ancillary equipment in order to identify any potential safety issues with the rigging thereof. Instructors shall have worked at a Joint (closed) Military Tandem Master Course in the previous three years. Instructors shall be required to jump military tandem passenger equipment, to include rucksacks, weapons, oxygen, and tethered-bundles. Instructors shall have a past performance with SOFunits, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Tandem Master Course.Instructors shall be able to make up to 12 jumps per day.Instructors shall be able to work up to 12 hours per day. Instructors shall be able to show 500 logged parachute jumps within the previous 18 months. Tandem Instructor Videographers shall be required to arrive at least 30 minutes prior to all scheduled training evolutions. Instructor Videographers will be required to make up to 12 jumps (skydives) per day from military aircraft, from an altitude of no more than 24,999 feet above sea level. They shall be required to use the following equipment: a. Military Tandem Vector System b. Military Tethered Bundle System (Butler TT-600 System) c. Military load bearing equipment d. Military oxygen equipment 4. Parachute Riggers. Riggers shall possess a current FAA Senior or Master Rigger certification. Riggers shall be proficienct with the Military Tandem Vector System (MTVS). Riggers shall pack up to 75 main parachutes each work day.Riggers shall be able to pack parachutes outdoors for up to 12 hours per day.Parachute riggers shall arrive at least fifteen minutes prior to all scheduled training evolutions. They shall be required to pack outdoors, in temperatures ranging from 25F to 85F. They will be required to work for up to 12 hours. They will be required to pack the following parachute equipment: a. Military Tandem Vector System harness-container b. Tandem Phoenix 400/460 main parachutes c. PD Silhouette main parachute d. PD Sabre 2 main parachute e. Javelin Odyssey harness-container 5. Military Tandem Instructor Examiner. Instructor shall teach, demonstrate, debrief, and mentor all aspects of military free fall parachuting, to include military tandem and tethered-bundle operations. Instructor shall possess a current USPA Tandem Instructor Rating. Instructor shall be a Joint Military Tandem Master Instructor Examiner. Instructor shall be a Military Free Fall Jump Master. Instructor shall be certified as Master Training Specialist and hold the equivalent of the Instructor qualification of NEC (Navy Enlisted Classification) 9502. Instructor shall have worked at a Joint (closed) Military Tandem Master Course in the previous three years. Instructors shall have positive past performance with SOF units, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Tandem Master Course. Instructor shall make up to 12 jumps per day and be able to work up to 12 hours per day. Place of Performance: 50 miles radius of Marana, AZ. CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR FAR 52.212-1 52.212-4 Instructions to Offerors-Commercial Items Contract Terms and Conditions--Commercial Items Jun-08 Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Nov-11 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Oct-10 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.232-36 Payment by Third Party Feb-10 FAR 52.233-1 Alt I Disputes (Dec-91) Jul-02 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.243-1 Alt I Changes -- Fixed-Price Alt I (Apr-84) Aug-87 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.204-7000 Disclosure Of Information Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Dec-11 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) 2007 SOFARS 5652.204-9004 Foreign Persons (2006) Section K Nov-07 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11 SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I 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 52.212-3 Alt I Offeror Reprensentations And Certifications-Commerical Items - Alt I Nov-11 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation) May-11 FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89 FAR 52.233-2 Service of Protest Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Dec-11 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. Offerors shall provide detailed information to demonstrate that it can meet the specifications described in Section C of this Solicitation 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. The offeror must submit relevant and current past performance in for the requirement described 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 Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. The offeror agrees to hold the prices in its quote firm for 60 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 Danyiele Peterson at phone number: (757-893-2713) or email at danyiele.peterson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG.Quotes must be received by Danyiele Peterson by email at danyiele.peterson@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Danyiele Peterson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 9:00 A.M. Eastern Standard Time (EST) on 13 Feb 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0092/listing.html)
 
Record
SN02664281-W 20120202/120131234421-5bc0a5e4d026394315a5705b9aaf801e (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.