SOLICITATION NOTICE
U -- Tunnel Coaching, Air2Air Video, AFFI & Rigging Support
- Notice Date
- 9/24/2012
- 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
- H92244-13-T-0011
- Archive Date
- 10/30/2012
- Point of Contact
- Courtney Greco, Phone: 7578629471
- E-Mail Address
-
courtney.greco@vb.socom.mil
(courtney.greco@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 H92244-13-T-0011, 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 2005-61 effective 13 September 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 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 - Six (6) Instructors for five (5) days, Period of Performance: Oct 22-26, 2012 at Skyventure Arizona, Qty - 30 days CLIN 0002 Wind Tunnel Instructors/Coaches - Two (2) Instructors for three (3) days for remedial tunnel instruction, Period of Performance: Oct 29-31, 2012 and Nov 5-7, 2012 at Skyventure Arizona, Qty - 12 days CLIN 0003 Air to Air Video Support - Ten (10) Videographers for five (5) days. Period of Performance: Oct 29-Nov 2, 2012 and Nov 5-9, 2012 Qty - 100 days CLIN 0004 Parachute Rigger Support - Four (4) Federal Aviation Administration Riggers for main packing and rigging for five (5) days, Period of Performance: Oct 29-Nov 2, 2012 and Nov 5-9, 2012 Qty - 40 days CLIN 0005 Free Fall Instructors - Four (4) Military Free Fall qualified instructors for five (5) Days, Period of Performance: Oct 29-Nov 2, 2012 and Nov 5-9, 2012 Qty - 40 days CLIN 0006 Travel, Lodging and Miscellaneous Expenses Q ty - 1 lump sum Section C Specifications CLIN 0001 and 0002 - Wind Tunnel Instructors/Coaches 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 able to effectively and safely rig and de-rig the students with the Military Javelin Navy (MJN-1) harness-container for slick weapon, combat equipment (rucksack and weapon) tunnel flight 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 SOCOM units, as well as demonstrate a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Free Fall Course CLIN 0003- Videographers 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 debriefable video for learning 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 CLIN 0004 - Parachute Rigger Support Must possess a current Federal Aviation Administration Senior or Master Rigger certification Must be able to piack up to 75 main parachutes in a work day Must be able to pack parachutes outdoors for 12 hours a day CLIN 0005 - Free Fall Instructors Instructors must hold a current United States Parachute Association (USPA) Accelerated Free Fall Instructor (AFFI) rating Instructors must be a Military Free Fall Jump Master Instructors must be familiar with the MJN-1 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 must have demonstrated a positive past performance with SOCOM units, as well as a thorough working knowledge of the curriculum of the Joint (closed) Basic Military Free Fall Course Instructors must be able to make 12 jumps per day 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. Place of Performance: Marana, Arizona Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan-12 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan-97 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-12 FAR 52.204-99 DEV System for Award Management Registration Aug-12 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec-10 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr-08 FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb-12 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb-12 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb-12 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Feb-12 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul-10 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking in Persons Feb-09 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug-11 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct-03 FAR 52.232-99 DEV Providing Accelerated Payment to Small Business Subcontractors (Deviation) Aug-12 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul-02 FAR 52.233-3 Protest After Award Aug-96 FAR 52-242-13 Bankruptcy Jul-95 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug-87 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.247-34 F.o.b. Destination Nov-91 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan-09 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.211-7003 Item Identification and Valuation Jun-11 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12 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 Oct-11 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustments Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorportation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.af.mil FAR 52.212-2 Evaluation - Commercial Items Jan-99 FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb-12 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 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 52.252-2 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 252.212-7000 Alt I Offeror Representations and Ceritfications- Commercial Items (AUG 2007) - Alternate 1 Jun-05 SOFARS 5652.201-9002 Authorized Changes Only By Contracting 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 Officers are Ana Downes, telephone (757) 862-9465 and Christine Anderson, telephone (757) 862-9471. SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan-07 (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. Current solicitation is subject to the following: FAR 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by 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: Courtney Greco, Contract Specialist; Email address: courtney.greco@vb.socom.mil. Quotes must be received no later than 02:00 PM. Eastern Standard Time (EST) on 15 October 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 System for Award Management website at https://www.sam.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 Courtney Greco, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Courtney Greco at courtney.greco@vb.socom.mil or phone (757) 862-9471 or fax to (757) 862-0809.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0011/listing.html)
- Place of Performance
- Address: Marana, Arizona, United States
- Record
- SN02896428-W 20120926/120925003224-b559aa67c925fcdc6498a2cdde1a44b5 (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 |