Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

69 -- Vertical Wind Tunnel Rental

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-R-0015
 
Response Due
2/6/2007
 
Archive Date
2/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared 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 being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-07-R-0015, as a Firm Fixed Price Type Contract with Fixed Unit Prices. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-13 effective 28 September 2006. The procurement is 100% small business set-aside and the associated NAICS code is 611699. The DPAS rating for this procurement is DoC9. FOB point is destination. Section B Schedule of Supplies/Services CLIN 0001 Vertical Wind Tunnel (VWT) rental in support of Military Free Fall (MFF) requirements The Vertical Wind Tunnel is used for training that significantly enhances performance for MFF operations. The VWT allows combat operatives to train in a controlled environment and also allows for for repetitive training in mission sustainment, research and development, and pre-deployment preparation. Facility must have a usable diameter of thirteen (13) feet or greater and must be able to support personnel and equipment up to 400 lbs. Contractor facility must be located within a 100 mile radius of the Parachute Tactical Training Facility (PTTF), Marana, Arizona. Period of performance: 19-22 February, 2007. 4 days/6 hours per day. 26 February through 01 March, 2007. 4 days/6 hours per day. Total 8 days/48 hours. The following terms and conditions via an addendum to the contract shall be incorporated into any contract(s) resulting from this RFP FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I FAR 52.204-6 Data Universal Numbering System (DUNS) (Oct 2003) FAR 52.204-7 Central Contractor Registration (Oct 2003) FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2006) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) 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 will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendor shall submit past performance information to include contract number, government agency, point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal years before posting date of the combined synopsis/solicitation on FBO. 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 solicitation requirements. FAR 52.212-3 Offeror Representations and Certifications Commercial Items Alternate I (Apr 2002). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation) (Feb 2006) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) (Alternate I) FAR 52.222-39 Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-41 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 2006) FAR 52.203-3 Gratuities (Apr 1984) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) Numbered note 1 Point of contact for this procurement is Christine Anderson at (757) 492-7960x2210 or email, christine.anderson@vb.socom.mil. All communications regarding this procurement, INCLUDING all requests for additional information and copies of the solicitation, must be in writing and submitted via email to Christine Anderson at christine.anderson@vb.socom.mil. Proposals shall be prepared in company format and sent to the attention of Christine Anderson at christine.anderson@vb.socom.mil or by fax at (757) 492-7954. Offers must be received at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00pm Eastern Standard Time (EST) on 06 February 2007. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: Within 100 mile radius of the Parachute Tactical Training Facility (PTTF) Marana, Arizona, , Postal code below is for NSWDG, Virginia Beach, Va and will be changed upon contract award
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01213123-W 20070119/070117221437 (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.