SOLICITATION NOTICE
99 -- Free Fall Parachutists Training - Performanc Statement of Work
- Notice Date
- 6/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92242-13-T-6003
- Archive Date
- 7/26/2013
- Point of Contact
- Linda C. Lareau, Phone: 7577634431, Matthew J. Morelewski, Phone: 7577634416
- E-Mail Address
-
linda.lareau@navsoc.socom.mil, matthew.morelewski@navsoc.socom.mil
(linda.lareau@navsoc.socom.mil, matthew.morelewski@navsoc.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- aircraft and fuel This is a COMBINED SYNOPSIS/SOLICITATION. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is H9224213T6003. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 611620 and the Small Business Standard is $7 MIL. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The Naval Special Warfare Command located a Joint Expeditionary Base Little Creek, Virginia Beach, VA. 23459-8838 intends to award a Firm Fixed Price contract to provide an aircraft with fuel to perform drop lifts for Special Boat Team Twenty Parachutists. 1. The propsed contract action will be acquired in accordance with Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items, FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, FAR Subpart 13.5, Test Program for Certain Commercial Items and FAR Subpart 19.5 - Set Asides for Small Business. Basis for Award: Award will be made to a Small Business 100% set-aside with the lowest price offeror that is determined to be technically acceptable. All bids, proposals, or quotations received by the closing response date will be considered by the Government. 2. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.EQv/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The following FAR, DFAR and SOCOM provisions and clauses are incorporated to this requirement: 52.204-7 CCR 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 CCR Maintenance 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I(AUG 2009) 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items (JUL 2010) The following clauses are applicable an incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor (June 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.232-33 Payment by Electronic Funds Transfer - CCR 52.215-5 Facsimile Proposals 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.247-29 F.O.B. Origin 52.252-2 Clauses Incorporated by Reference Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration 252.223-7008 Prohibition of Hexavalent Chromium 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) The following clauses apply and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.232-7003 Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Alt III Transportation of Supplies by Sea 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7006 Wide Area Workflow Payment Instructions 5652.201-9002 Authorized changes only by Contracting Officer 5652.204-9003 Disclousre of Unclassified Information (2007) 3. By submitting an offer, the offeror is self-certifying that neither the requestor not the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contrast from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; cursor: hand; right: 0px; top: 0px; left: 0px;" title="Call: 866-606-8220" src="data:image/png;base64,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" alt="" /> <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; cursor: hand; right: 0px; top: 0px; left: 0px;" title="Call: 866-606-8220" src="data:image/png;base64,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" alt="" />, or via Internet at https://www.sam.gov/ All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-13-T-6003/listing.html)
- Place of Performance
- Address: 2220 Schofield Road, Virginia Beach, Virginia, 23459, United States
- Zip Code: 23459
- Zip Code: 23459
- Record
- SN03103654-W 20130630/130628235644-7470b95ae19bcfa8f6345dcedc462762 (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 |