Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2012 FBO #3739
SOLICITATION NOTICE

U -- COTS ADAPTATION COURSE

Notice Date
2/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0102
 
Archive Date
3/17/2012
 
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-0102. 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 2 February 2012. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $7.0 million applies to this procurement. This procurement is set-aside 100% for Small Businesses. The DPAS rating for this procurement is DO-S10. Section B - Supplies or Services The Contractor shall provide a Commercial Off-The-Shelf (COTS) Adaptation Course in accordance with the statement of work for up to ten (10) students. Contract Line Item Number (CLIN) 0001 Commercial Off-The-Shelf (COTS) Adaptation Course in accordance with the Statement of Work. Period of Performance is 26 March 2012 - 06 April 2012. Section C - Statement Of Work- 1. PURPOSE The purpose of this Statement of Work (SOW) is to elicit quotations to provide Commercial Off-The-Shelf Adaptation Course for up to ten(10) students. The training course shall be taught by the staff of the contractor at the contractor's facility. The course shall focus on teaching the students the proper knowledge and practical skills to purchase Commercial Off-The-Shelf (COTS) equipment and utilize their technical skills to adaptively set up technical surveillance in various environments requiring covert video, audio, tracking and protection systems. 2. OBJECTIVE: The contractor shall provide a realistic and comprehensive course of instruction that focuses on teaching students to exploit and adapt with current technologies utilizing commercial off the shelf cellular phones, GPS devices, micro-digital devices and cameras. The course shall provide multiple hands-on demonstrations and practical exercises designed to increase the students' skill level from intermediate to advanced. The course of instruction shall meet the following course objectives. • Increase knowledge of radio, audio, video, and visual sensor theories • Improve soldering skills • Identify poorly soldered joints • Manipulate cell phones • Fabricate GSM/PGS TTL devices and various antennas • Design and Develop basic printed circuit boards • Provide Instruction on tactical and technical advantages of modulating technical surveillance equipment. • Provide Instruction on how to manufacture protection systems by using Commercial Off-The-Shelf (COTS) equipment 3. INSTRUCTOR QUALIFICATIONS: • Five years experience in Commercial Off-The-Shelf (COTS) Adaptation equipment • Experience in training military personnel,especially Special Operations Forces 4. PLACE OF PERFORMANCE: Contractor facility. The following Clauses and Provisions apply to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 Central Contractor Registration Feb-12 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 Feb-12 Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Nov-11 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 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 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 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 (Feb 2000) Feb-12 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation) Feb-12 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. The contractor shall provide course of instruction(s) details for evaluation purposes. 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 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 2:00 P.M. Eastern Standard Time (EST) on 02 March 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0102/listing.html)
 
Record
SN02678183-W 20120219/120217234519-b703bd5655121c87bdc2aa16f1e47b3e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.