SOLICITATION NOTICE
U -- Wind Tunnel Training
- Notice Date
- 4/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-18-D-WIND
- Archive Date
- 5/5/2018
- Point of Contact
- Thomas L. Halverson, Phone: 4072085654, Jessica L. Ely, Phone: 3016198457
- E-Mail Address
-
thomas.l.halverson.civ@mail.mil, jessica.l.ely.civ@mail.mil
(thomas.l.halverson.civ@mail.mil, jessica.l.ely.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation NAICS Code: 611 - Sports and Recreation Instruction/611620 - Sky diving instructions, camps, or schools Title: Wind Tunnel Training Description(s): **FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT, BUT ARE EXPECTED TO BE RESERVED, AS SUCH THIS REQUEST FOR QUOTE (RFQ) DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE AN AWARD BASED OFF OF THIS REQUEST FOR QUOTE. VENDOR PROVIDED QUOTES SHALL BE VALID FOR 90 DAYS FROM DATE OF SUBMISSION. ** DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a "Request for Quotation". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. This is a Total Small Business Set Aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13 under the associated North American Industrial Classification System (NAICS) code 611620 - Sky diving instructions, camps, or schools, with a small business size standard of $7.5M in annual receipts. The Army PM Special Program (PMSP) has a requirement for a Requirements Service Contract for Vertical Indoor Freefall Wind Tunnel training during the period of 1 JUN 2018 - 31 MAY 2019 in the Fayetteville, North Carolina area. In addition to the one year Period of Performance, there are four (4) potential additional one (1) year optional periods as outlined below under Period of Performance. The purpose of this training is provide students with the knowledge and requisite skill sets to conduct freefall jumps. This RFQ describes the work necessary to effectively support the stated training objectives and satisfy the Commander's Intent for training. The contractor shall provide the required training support in accordance with the specific mission requirements identified in this document. This requirement for training services is for Soldiers to be properly prepared for and to remain proficient in Military FreeFall operations. More specifically, services rendered hereunder shall primarily focus on proper procedures during free fall operations. It is desired that 90% of training will be dedicated to applicable practical exercises while the remaining 10% will be dedicated to instruction. OBJECTIVE/SCOPE The Training Objective is that the contractor shall provide training so that the Soldiers are properly prepared and remain proficient in Military FreeFall operations. More specifically, services rendered hereunder shall primarily focus on proper procedures during free fall operations. It is desired that 90% of training will be dedicated to applicable practical exercises while the remaining 10% will be dedicated to instruction. The contractor shall be responsible for following the free fall training plan that is used in the Military FreeFall Course; utilize a crawl, walk, run method for all new wind tunnel personnel; provide individual one-on-one training; and will continuously become more challenging (movement/turns with only arms and/or only legs, becoming unstable in flight, and multiple-fliers in the tunnel) for experienced (more than 2 hours of tunnel time and those who are MFF qualified) Soldiers. The contractor shall be responsible for training, evaluating, and assessing all trainees that receive the training. The contractor shall provide "on the spot" verbal feedback to trainees, repeated drills to correct deficiencies, and any and all documentation to the Government Lead representative at the training. PERFORMANCE REQUIREMENTS The Contractor is expected to provide all the supplies, services, and facilities to meet the requirements stated in this PWS. The on-demand course overall shall not exceed 40 hours per fiscal year at the discretion/direction of the unit representative, to include an instructor for all 40 hours. The facility shall be large enough to accommodate the below training and instructions. The criteria which should be included in the comprehensive Indoor FreeFall Wind Tunnel Training is identified below. The Contractor shall provide, at a minimum, instruction, and applicable exercises for FreeFall Training. The course must consist of, but is not limited to: -- Freefall position -- Stability -- Altitude awareness -- Forward Movement -- Backward Movement -- Proper Arch -- De-arching -- Turning left -- Turning Right -- 360 turn left -- 360 turn right -- Increase freefall rate -- Decrease freefall rate -- Left slide -- Right slide -- Main parachute activation -- Hand and arm signals The contractor shall provide a current safety brief and tunnel operation brief prior to the start of any training session. The content shall be kept up-to-date in order to accommodate for changes, i.e. update in freefall safety regulations. The contractor shall provide the below safety equipment to each member attending training at each scheduled training event. -- Helmet -- Googles -- Ear protection -- Tunnel suit -- Certified wind tunnel instructor The contractor shall provide successful applicable demonstration(s) for each exercise listed. GOVERNMENT FURNISHED PROPERTY AND SERVICES The Government shall provide the following equipment: local transportation to and from the training facility. Each individual will have a valid military identification card. Each Soldier will have the following equipment for training: --Non-slip off shoes that can be tightened --Appropriate outer garments that will fit under a contractor provided suit --No watches or jewelry of any kind CONTRACTOR QUALIFICATIONS/REQUIREMENTS The contractor shall: a. Have fluent oral and written communication skills in English. b. Must possess two certified indoor skydiving instructors: one to operator the wind tunnel and one to be the wind tunnel instructor/safety representative. c. Must have certified indoor skydiving instructors familiar with military freefall procedures and operations. d. Be in compliance with state, federal, and other applicable laws and regulations as they apply to providing this type of training as well as the facilities, and classrooms that may be utilized. e. Must have a facility onsite to accommodate a minimum of two [2] and a maximum of ten [10] trainees on each training iteration. f. Be located less than 45 minutes driving time (driving time is calculated during rush hours from the point of training at the legally identified miles per hour) from Fort Bragg, North Carolina. g. Notify the unit representative point of contact at least 24 hours prior to any scheduled training date if the wind tunnel is inoperable or instructors are not available. The vendor is responsible for providing substitute dates within 30 days unless the unit representative agrees to reschedule the training. CONFIDENTIALITY/SECURITY This training and all materials to include records, files, documents, videos, and work papers produced by the Contractor and any results, conclusions, and recommendations shall be considered Government property, for official use only in nature and treated with the same level of care that the contractor treats its own confidential business information. The information shall not be disclosed, copied, modified, used or otherwise disseminated to any other person or entity at any time to include, but not limited to, inclusion in any database external to the Government without the Government's express consent. PERIOD OF PERFORMANCE The period of performance for this contract shall be as shown below. Base Year 1 JUN 2018 - 31 MAY 2019 40 Hours Option Year 1 (if exercised) 1 JUN 2019 - 31 MAY 2020 40 Hours Option Year 2 (if exercised) 1 JUN 2020 - 31 MAY 2021 40 Hours Option Year 3 (if exercised) 1 JUN 2021 - 31 MAY 2022 40 Hours Option Year 4 (if exercised) 1 JUN 2022 - 31 MAY 2023 40 Hours PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at: http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil/vffara.htm Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. CLAUSES INCORPORATED BY REFERRENCE: FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm (End of Clause) The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors- Commercial (see addenda below) FAR 52.212-2, Evaluation- Commercial Items (see addenda below) FAR 52.212-4, Contract Terms and Conditions- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items CLAUSE ADDENDA: Addendum to FAR 52.212-1, Quotation Preparation Instructions Technical Quotation: The offeror shall submit a digital copy of the technical quotation, additional copiesn are not required. Hard copies are not acceptable. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description and product literature for the training being proposed, which clearly identifies how the proposed training meets the Government requirements. The burden is upon the offeror to demonstrate in its technical proposal and the technical literature submitted that its proposed training meets all requirements. The Government will not make any assumptions regarding the acceptability of any proposed training submitted for evaluation. The offeror must demonstrate that its proposed training meets the Government requirement by providing a crosswalk between the Government requirement and the proposed technical description. Price Quotation: The offeror shall submit an original of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose firm-fixed-price for each Line Item. The two Line Items that the contractor shall provide a quote for are: 1. Tunnel Time Cost for 40 hours of training to provide the necessary training as described above (Freefall position, Stability, Altitude awareness, Forward Movement, Backward Movement, Proper Arch, De-arching, Turning left, Turning Right, 360 turn left, 360 turn right, Left slide, Right slide, Main parachute activation and Hand and arm signals). 2. Instructor Cost to provide 40 hours of training as described above (Freefall position, Stability, Altitude awareness, Forward Movement, Backward Movement, Proper Arch, De-arching, Turning left, Turning Right, 360 turn left, 360 turn right, Left slide, Right slide, Main parachute activation and Hand and arm signals). Price quotations shall remain valid for a period of 90 days from the date quotations are due. Due to the difficulties in receipt of mail through normal postal services, it is required that proposals be sent via Email to the POC for this requirement, at thomas.l.halverson.civ@mail.mil The Offeror is responsible for ensuring receipt by the POC. In the "SUBJECT" line of your e-mail be sure to put the solicitation number or title, located in the bottom left corner of each page. All questions should be sent via e-mail to the "POC" above. Telephonic inquiries and/or questions are not accepted for this requirement. Proposals are due no later than 20 APR 2018 at 5:00 PM EST. Proposals will not be accepted after this date and time. Quoters may submit questions via email to Mr. Thomas Halverson at thomas.l.halverson.civ@mail.mil by 5:00 EST on 18 APR 2018. Answers to questions posed will be sent to all prospective Quoters through a solicitation amendment posted on FedBizOps. Any answers given to prospective Quoters which are not included in the amendment shall not change or qualify any of the terms and conditions of the solicitation. The solicitation can only be changed by a formal written amendment issued by Natick Contracting Division Contracting Office. As prescribed in DFARS 252.204-7004, interested parties must be registered with System for Award Management (SAM) under the NAICS 611620. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (End of Addendum to FAR 52.212-1) Addendum to FAR 52.212-2, Evaluation of Offerors The Government may award a contract on the basis of initial Quotes received, without discussions. Therefore, each initial quote should contain the Quoter's best terms. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. BASIS OF AWARD : The Government will evaluate each quote under informal source selection procedures strictly in accordance with quotation content and will not make assumptions regarding areas not specified in the Quoter's quotation. Award shall be made to the "responsible" Quoter whose quote, in accordance with FAR Part 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process, is the Lowest Price Technically Acceptable (LPTA). Technical acceptability means that the quote meets all of the stated minimum specifications. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. The Government will evaluate information based on the following evaluation criteria: (1) Technical Capability - Meeting or Exceeding the Requirement. Evaluation of technical capability in comparison to the requirements identified above in the attached PWS, shall be based solely on the information provided in the quotation package. The Government will evaluate whether the offeror has demonstrated that its proposed training meets or exceeds all minimum requirements. Quotations that do not demonstrate that the proposed training meets all requirements will not be considered further for award. If an offeror does not specifically indicate how its proposed course meets a certain Minimum requirement/element of training, the Government will determine that it does not. TECHNICAL CAPABILITY RATINGS ACCEPTABLE - Quotation MEETS training specification requirements as outlined in the PWS. UNACCEPTABLE - Quotation DOES NOT MEET training specification requirements as outlined in the PWS. (2) Price - Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 15.404-1(b) to determine whether prices are fair and reasonable. This evaluation will be based on total price, to include all option periods, and will be made to the lowest priced technically acceptable quote. (End of Addendum to FAR 52.212-2) 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 31 MAY 2023. ADDENDUM TO 52.216-21: The Government intends to award a Firm-Fixed Priced Requirements contract, executing Government requirements through delivery orders in accordance with the Order Limitations clause (FAR 52.216-19). The Government Requirements Office is: BLUEGRASS STATION 5749 BRIAR HILL ROAD BLDG 221, DOOR 7 LEXINGTON KY 40516 (End of clause) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within One (1) Month after the Completion of the Base Period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least Ten (10) Days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Sixty (60) Months. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/189c6bafbffba9cf7e1450ba0fbe8186)
- Place of Performance
- Address: Vicinity of Fort Bragg, NC, United States
- Record
- SN04888799-W 20180415/180413230635-189c6bafbffba9cf7e1450ba0fbe8186 (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 |