SOLICITATION NOTICE
U -- Tandem COI
- Notice Date
- 8/10/2012
- 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-0284
- Archive Date
- 9/11/2012
- Point of Contact
- Josephine Ocampo, Phone: 757-893-2797
- E-Mail Address
-
josephine.ocampo@vb.socom.mil
(josephine.ocampo@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-0284, 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 2005-60 effective 26 Jul‘12. 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 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 Wind Tunnel Instructors/Coaches - Four (4) Instructors for one (1) day, Period of Performance: Sep (TBD upon contract award) Qty - 4 days CLIN 0002 Air to Air Video Support - Four (4) Videographers for fifteen (15) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty - 60 days CLIN 0003 Tandem Instructors/Videographers - Four (4) Tandem Instructors Videographers for fifteen (15) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty - 60 days CLIN 0004 Parachute Rigger Support - Two (2) Federal Aviation Administration Riggers for main and tandem packing for fifteen (15) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty - 30 days CLIN 0005 Parachute Rigger Support - One (1) Federal Aviation Administration Riggers for main and tandem packing for five (5) days. Period of Performance: Sep-Oct (TBD upon contract award) Qty - 5 days CLIN 0006 Tandem Instructor/Tandem Examiner - One (1) Tandem Instructor/Examiner for Ten (10) days. Period of Performance: Sep (TBD upon contract award) CLIN 0007 Travel, Lodging and Miscellaneous Expenses. (Contractor must provide detailed breakdown of the cost for this Clin) Qty - 1 lump sum Section C Specifications CLIN 0001 - Wind Tunnel Instructors/Coaches Period of Performance: one day (Sep) • Instructors must be currently Vertical Wind Tunnel Instructors/Operators or IBA Pro-rated flyers with minimum of 500 hours tunnel coaching experience • Instructors must be able to effectively teach basic, intermediate, and advanced belly and back-oriented body stabilization in a vertical wind tunnel free fall simulator • Instructors must be certified as USPA Tandem Instructor on the United Parachutist Technologies Sigma Tandem system • Instructors must have a minimum of 4000 tandem jumps as the tandem instructor • Instructors must 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 passenger • Instructors must 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 • Instructors must be able to work twelve (12) hours each day • Instructors must have demonstrated a positive past performance with Special Operations Forces, as well as demonstrate a thorough working knowledge of the curriculum of the Joint (closed) Basic Tandem Master Course • Wind tunnel instructors (coaches) will be required to show up one hour prior to all training evolutions. They will be required to work continuously in a vertical wind tunnel free-fall simulator for up to six (6) consecutive hours. They will be required to work for a total of ten (10) hours. CLIN 0002 - Air-to-Air Video Support Period of Performance: First Week - four (4) videographers for five (5) days Second Week - four (4) videographers for five (5) days Third Week - four (4) videographers for five (5) days • All videographers must 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. • All videographers must have 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 must have a high-definition camera system capable of recording student jumps in 1080p for the highest quality video for debriefs • Videographers must have in excess of 5000 logged jumps and be highly competent jumpers who will not interfere with the student or the instructor. In addition, all videographers must be able to demonstrate 500 logged jumps in the previous 12-month period to ensure utmost currency • Videographers must be able to perform up to 12 jumps per day. They will 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 must be able to work 12 hours a day • Videographers will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required to 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. They will be required to provide their own equipment. CLIN 0003 - Tandem Instructors/Videographers Period of Performance: First Week - four (4) Tandem Instructors/ Videographers for five (5) days Second Week - four (4) Tandem Instructors/ Videographers for five (5) days Third Week - four (4) Tandem Instructors/ Videographers for five (5) days • Instructors must meet all performance requirements for CLIN 0002 (Air-to-Air Video Support) • Instructors must hold a current United States Parachute Association (USPA) Tandem Instructor for the United Parachute Technologies Sigma Tandem System • Instructors must 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 must have worked at a Joint (closed) Military Free Fall Course in the previous eighteen months • Instructors will be required to jump military tandem passenger equipment to include rucksacks, weapons, oxygen and tethered bundles • Instructors must have demonstrated a positive past performance with Special Operations Forces, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Tandem Master Course • Instructors must be able to work 12 hours per day • Instructors must be able to show 500 logged parachute jumps within the previous 18 months to demonstrate competency. • USPA Tandem Instructors / Videographers will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required to 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. They will be required to use the following equipment: 1. Military Tandem Vector System 2. Military Tethered Bundle System (Butler TT-600 System) 3. Military load bearing equipment 4. Military oxygen equipment CLIN 0004 and CLIN 0005 - Parachute Rigger Support Period of Performance: First Week - three (3) Riggers for five (5) days Second Week - two (2) Riggers for five (5) days Third Week -two (2) Riggers for five (5) days • Must possess a current Federal Aviation Administration Senior or Master Rigger certification • Must be able to demonstrate proficiency with the Military Tandem Vector System (MTVS) • Must be able to pack up to 75 main parachutes in a work day • Must be able to pack parachutes outdoors for 12 hours a day • Parachute riggers will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required pack outdoors, in temperatures ranging from 25F to 85F. They will be required work for up to 12 hours. They will be required to pack the following parachute equipment: 1. Military Javelin NAVY (MJN-1) 2. Military Tandem Vector System harness-container 3. Tandem Phoenix 400/460 main parachutes 4. Performance Design Silhouette main parachute 5. Performance Design Sabre 2 main parachute 6. Javelin Odyssey harness-container CLIN 0006 - Tandem Instructor / Tandem Examiner Period of Performance: First Week - one (1) Instructor for five (5) days Second Week - one (1) Instructor for five (5) days • Instructor must be able to teach, demonstrate, debrief and mentor all aspects of military free fall parachuting to include military tandem master • Instructor must hold a current USPA Tandem Instructor Rating • Instructor must be a Military Free Fall Instructor • Instructor must be a Tandem Master Instructor Examiner • Instructor must be a Military Free Fall Jump Master • Instructor must have worked at a Joint (closed) Military Tandem Master Course in the previous eighteen months • Instructor must have demonstrated a positive past performance with Special Operations Forces, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Tandem Master Course • Instructor must be able to work 12 hours a day • USPA Tandem Examiner will be required to arrive at least 30 minutes prior to all scheduled training evolutions. They will be required to 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. They will be required to use the following equipment: 1. Military Tandem Vector System 2. Military Tethered Bundle System (Butler TT-600 System) 3. Military load bearing equipment 4. Military oxygen equipment Place of Performance: Marana, Arizona Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52-209-1 Qualifications Requirements Feb 1995 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 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 Oct 2003 Contractor Registration FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 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 Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal laws and regulations. CLAUSES INCORPORATED BY FULL TEXT Please note 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 statement of work, past performance and price. 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 (Apr 2011) - Alternate 1 Feb 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 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 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 Christine Anderson (757) 893-2715. SOFARS 5652.204-9003 Disclosure of Unclassified Information (Jan 2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. 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: Jo Ocampo, Contract Specialist; Email address: josephine.ocampo@vb.socom.mil Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 27 Aug'12. 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 45 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 Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Jo Ocampo at josephine.ocampo@vb.socom.mil or phone (757) 893-2797 or fax to (757) 893-2957.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0284/listing.html)
- Place of Performance
- Address: Arizona, United States
- Record
- SN02835288-W 20120812/120811000524-c8196d4407fad6ccc255aec1f3d9e5bf (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 |