Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
MODIFICATION

U -- PARACHUTE TRAINING

Notice Date
3/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0021
 
Response Due
4/6/2012
 
Archive Date
4/21/2012
 
Point of Contact
JILL JOSCELYN 757-443-1219 JILL.JOSCELYN@NAVY.MIL
 
Small Business Set-Aside
HUBZone
 
Description
20 March 2012 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov) and NECO (http://www.neco.navy.mil/). The RFP number is N00189-12-R-0021. This contract award will consist of a three Clin structure. Clin 0001 will be Firm Fixed Price for vertical wind tunnel use. Clin 0002 will be Firm Fixed Price for aircraft support. Clin 0003 will be Firm Fixed Price for the canopy control instructor. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-57 and DFARS Change Notice 20120312. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm.. This notice of intent is not a request for competitive proposals. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. The Sole Source Justification is provided as an attachment in accordance with FAR 6.302. NAVSUP Fleet Logistics Center Norfolk requests the following on a sole source basis with HUBZone Contractor Skydive Arizona for parachute proficiency training. The NAICS code is 611620. This contract will be for one (1) year plus four (4) option years. There will be a minimum of three (3) but no more than (6) ten (10) day training events per year. There will be a minimum of ten (10) but no more than thirty (30) students per each training exercise. The minimum guarantee for this contract is $26,450.00 Please see the attached Performance Work Statement for further details regarding the requirements of this solicitation. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.209-5, Certification Regarding 52.212-1, Instructions to Offerors - Commercial Items; Submission of Offers. FAR 52.212-1, 52.212-3, 52.212-4 and 52.212-5 are incorporated by reference, and apply to this RFQ. Offeror ™s shall submit signed and dated offers to the office specified in this RFQ at or before the exact time specified in this RFQ. Offers shall be submitted via email to point of contact listed in this announcement. Late offers will not be accepted. Offers may be submitted on the SF 18, letterhead stationery, or as otherwise specified in the RFQ. 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 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 Governments Interest when Subcontracting with Contractors Debarred, Suspended, or proposed for debarment. 52.209-10, Prohibition on Contracting with inverted Domestic Corporations 52.216-19, Order Limitations 52.216-22, Indefinite Quantity 52.219-3, Notice of total HUBZONE set-aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations of Subcontracting 52.223-18, Encouraging Contractor policies to ban Texting while Driving 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers w/Disabilities, 52.222-37, Employment Reports on Disabled Vets 52.232-33, Payment by Electronic Funds Transfer - CCR, 52.215-5, Facsimile Proposals, 52.217-8, Option to Extend Services 52.217-9, Option to Extend term of the Contract 52.233-2, Service of Protest 52.225-13, Restriction on Foreign Purchases 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.203-3, Gratuities Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.211-7003, Item Identification & Valuation, 252.201-7000, Contracting Officers Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability 252.232-7003, Electronic Submission of Payment Requests 252.204-7003, Control of Government Personnel Work Product 252.209-7001, Disclosure of Ownership or Control by the Government of a terrorist country 252.216-7006, Ordering 252.247-7023, Transportation of supplies by Sea 252.243-7002, Requests for equitable adjustment 252.225-7012, Preference of Certain Domestic Commodities 252-232-7010 “ Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.209-7004, Subcontracting with firms that are owned or controlled by the Government of a terrorist country 252.212-7001, Contract Terms and Conditions for Defense Acquisition of Commercial Items 252.237-7023, Continuation of essential Contractor Services 5252.NS-046P, Prospective Contractor Responsibility 5252.NS-002T, Contract Administration Appointments & Duties 252.204-7004 Alt A, CCR Alternate A. 5252.232-9402 Wide Area Workflow (WAWF) 5252.243-9400, Authorized changes only by the Contracting Officer This announcement will close at 2:00pm (est.) on 17 April 2012. Contact David Brown, who can be reached at 757-443-1455 or email david.b.brown@navy.mil. Fax number is 757-443-1333 or 757-443-1389. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a signed copy of above certificate, price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0021/listing.html)
 
Record
SN02707448-W 20120330/120328234839-cc56711a5a8f0be1c7afe36f6d4d7b61 (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.