Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOLICITATION NOTICE

U -- CANOPY COURSE OF INSTRUCTION

Notice Date
6/28/2012
 
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-0204
 
Archive Date
7/25/2012
 
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 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; proposals are 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-0204, and 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 2005-58 effective 18 May 2012. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7.0 million. The DPAS rating for this procurement is DO-S10. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN 0001 Canopy Course Instruction. Contractor shall provide Canopy Course Instruction for ten (10) students. Contractor shall provide a minimum student to contractor ratio of 2:1 for five (5) days to train and instruct NSWDG personnel in order to greatly enhance comfort ability, precision and accuracy in both solo and group canopy air to air formations and landing patterns to further increase effectiveness. All instructors must have prior experience with Special Operations Forces (SOF) in Canopy instruction. Contractor must be able to provide video footage upon completion of course for debrief purposes. Contractor must be able to provide lift tickets for all personnel. Contractor must be able to provide facility for course instruction. Contractor must be able to provide one (1) rig per instructor per course. Contractor must be able to provide parachute packing services for all personnel. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation."." SLIN 0001AA Five (5) Instructors for 5 days Qty - 5 days Period of Performance: 06 -10 August 2012 SLIN 0001AB Lift Tickets Qty - 625 ea SLIN 0001AC Parachute Packing Services Qty - 625 ea SLIN 0001AD Ground Video Services Qty - 3 days SLIN 0001AE Equipment expenses, if required Qty - 1 lot The contractor shall provide a breakout of all Equipment and associated expenses to include rental and shipping as required to support this requirement. SLIN 0001AF Other routine expenses for facilities, travel, lodging, etc Qty - 1 lot The contractor shall provide a breakout of all associated Air Fees Transportation, Rental Car/Other Ground Transportation, Lodging and associated Per Diem Expenses in accordance with the JTR. Place of Performance: Eloy, AZ CLIN 0002 Advanced Canopy Course Instruction. Contractor shall provide a Canopy Control Course of Instruction for ten (10) students that specializes in group pattern work, landing accuracy, and individual air-to-air canopy control skills.Training shall include developing and improving basic and advanced canopy flight controls, improving canopy flare techniques to ensure maximum safety upon landing, increase individual comfort ability in a close proximity group setting to improve accuracy in pattern work and on landing, individually drill and improve in-depth canopy flight planning and weather consideration to improve accuracy. Contractor shall provide a minimum student to contractor ratio of 2:1. Minimum of 50 jumps per student (weather dependent)m Instructors shall possess a minimum of a USPA "D" License, PRO Rating and current USPA membership. Instructors shall be national and /or world champion in canopy piloting, both solo and group formations. All instructors must have prior experience with Special Operations Forces (SOF) in Canopy instruction. Instructors shall demonstrate the capability to to effectively fly a main canopy in close proximity to students while communicating to them via one-way communication device for real-time feedback. Contractor shall provide 2-way radio communications from instructor to student during all canopy drills.Contractor must be able to provide DAILY video debriefs after each jump culminating with an end product containing all video footage upon completion of course for. Contractor must be able to provide lift tickets for all personnel. Students will bring two rigs each. Contractor must be able to provide parachute packing services for all personnel, if required. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. Contractor shall currently use and specialize in the Performance Design Canopy Systems. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation."." SLIN 0002AA Five (5) Instructors for 5 days Qty - 5 days Period of Performance: 08 -12 October 2012 SLIN 0002AB Lift Tickets Qty - 625 ea SLIN 0002AC Parachute Packing Services Qty - 625 ea SLIN 0002AD Ground Video Services Qty - 3 days SLIN 0002AE Equipment expenses, if required Qty - 1 lot The contractor shall provide a breakout of all Equipment and associated expenses to include rental and shipping as required to support this requirement. SLIN 0002AF Other routine expenses for facilities, travel, lodging, etc Qty - 1 lot The contractor shall provide a breakout of all associated Air Fees Transportation, Rental Car/Other Ground Transportation, Lodging and associated Per Diem Expenses in accordance with the JTR. Place of Performance: Within a 50-mile radius of Las Vegas, NV CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 Central Contractor Registration Apr 2008 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.212-1 FAR 52.212-4 Instructions to Offerors -- Commercial Items Contract Terms and Conditions-Commercial Items Feb 2012 Jun 2010 FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law-Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.242-15 Stop Work Order Aug 1989 FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 FAR 52.247-34 Limitation of Liability--Services F.o.b. Destination Feb 1997 Nov 1991 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 DFARS 252.203-7002 DFARS 252-204-7003 Requirements Relating to Compensation of Former DoD Officials Requirment to Inform Employees of Whistleblower Rights Control of Government Personnel Work Product Jan 2009 Jan 2009 Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 DFARS 252.211-7003 Alt 1 Disclosure of Ownership or Control by the Government of a Terrorist Country Item Identification and Valuation - Alternate I Jan 2009 Dec 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Feb 2012 DFARS 252.225-7000 DFARS 252.225-7001 DFARS 252.225-7002 DFARS 252.232-7010 Buy American Act-Balance of Payments Program Certificate Buy American Act and Balance of Payments Program Qualifying Country Sources as Subcontractors Levies on Contract Payments Dec 2009 Oct 2011 Apr 2003 Dec 2006 DFARS 252.243-7002 DFARS 252.247-7023 Requests for Equitable Adjustments Transportation of Supplies by Sea Mar 1998 May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation 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 Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 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 and periods of performance, past performance and price. The contractor shall provide a detailed training program and schedule of events 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. 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. FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items Alternate 1 (Apr 2011) - (Apr 2012) FAR 52.212-5 DEV 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) Feb 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) 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. 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. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 10 July 2012. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is Danyiele Peterson at danyiele.peterson@vb.socom.mil or phone (757) 893-2713 or fax to (757) 893-2957.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0204/listing.html)
 
Record
SN02789091-W 20120630/120628235338-430962b87cc46f15f7acdaad9606e255 (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.