SOLICITATION NOTICE
69 -- Vertical Wind Tunnel Training and Instructors
- Notice Date
- 1/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- H92244-07-R-0012
- Response Due
- 1/31/2007
- Archive Date
- 2/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for Vertical Wind Tunnel Training commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-07-R-0012 as a Firm Fixed Price (FFP) type contract with Fixed Unit Prices. Period of performance is 19 February 2007 through 2 March 2007. Section B Schedule of Supplies/Services CLIN 0001 Wind Tunnel and Canopy Control Instructors SLIN 0001AA 4 Tunnel / 2 Formation / 1 Canopy Control for Two Weeks (Monday through Thursday) (19 February 2007 through 22 February 2007 and 26 February 2007 through 1 March 2007) SLIN 0001AB 4 Tunnel / 6 Formation / 1 Canopy Control Instructor for 23 February 2007 and 2 March 2007 only) Section C Descriptions and Specifications Training will be conducted within a one-hundred (100) mile radius of the Parachute Tactical Training Facility (PTTF), Marana, Arizona. Instructors and curriculum will comply with parameters specified in Joint Basic Military Free Fall, Joint Military Tandem Tethered Bundle and sustainment training. Instructors must be current with their United States Parachute Association (USPA) AFDF/I/E rating; instructors must be current vertical wind tunnel instructors/operators; instructors must have in excess of 8,000 logged jumps; instructors must demonstrate a high level of competitive and industry achievement; instructors must demonstrate a high level of competitive and industry achievement; instructors must demontrate consistent and regular Air Operations instruction in each of the previous two (2) years with United States Military Operations Forces. Required disciplines for instruction include the following: a) air-to-air videography; b) basic intermediate, and advanced air-to-air videography instruction; c) basic, intermediate and advanced vertical wind tunnel instructors; d) basic, intermediate, and advanced body flight instruction. It is estimated that a total of two (2) weeks will be required; it is estimated that a minimum of thirty-six (36) with a maximum of forty-seven (47) stndents will attend the training sessions. It is estimated that a maximum of seven (7) instructors will be required per class. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-15 effective 12 December 2006. North American Classification Code (NAICS) 611699 applies to this procurement. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DOC9. FOB Point is Destination. Place of Performance is the Parachute Tactical Training Facility (PTTF), Marana, Arizona. The following provisions and clauses are incorporated into the RFP: FAR 52.212-1 Instructions to Offerors ? Commercial Items (Sep 2006) FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offer 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: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before the posting date of this combined synopsis/solicitation on FBO. Award will be based on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors herein. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov 2006)(Deviation) FAR 52.223-6 Drug-Free Workplace (May 2001) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006) All responsible sources may submit a proposal, which shall be considered by the agency. 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 solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. All communications regarding this procurement INCLUDING all requests for additional information and copies of the solicitation, must be in writing and submitted via email to Christine Anderson. Proposals shall be prepared and received at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 31 January 2007.
- Place of Performance
- Address: 21514 E. Kodiak Drive, Marana, AZ
- Zip Code: 85653
- Country: UNITED STATES
- Zip Code: 85653
- Record
- SN01209064-W 20070112/070110221410 (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 |