Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
SOLICITATION NOTICE

U -- Military Free Fall Course of Instruction

Notice Date
10/2/2012
 
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-0017
 
Archive Date
11/1/2012
 
Point of Contact
Joseph E. Reaume, Phone: 757-862-9476
 
E-Mail Address
joseph.reaume@vb.socom.mil
(joseph.reaume@vb.socom.mil)
 
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; quotes are being 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-0017. 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 (FAC) 2005-61 effective 13 September 2012. North American Industrial Classification Code (NAICS) 611620 with a standard business size of $7.0 million applies to this procurement. This procurement is 100% small business set-aside. 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 Contractor shall provide Factory Representatives/Qualified Instructors/ Videographer for Performance Designs Ram-Air Canopies to provide Military Free Fall (MFF) Instruction, Video and Still In-Air Photography Support Services. Period of Performance: three (3) weeks 22 October thru 09 November 2012 (Contractor shall provide a detailed breakdown of the quote) Qty - 1 lump sum Period of Performance: First week - One (1) Factory Representative for five (5) days Second Week - Two (2) Factory Representatives for five (5) days Third Week - Two (2) Factory Representatives for five (5) days CLIN 1001 (OPTION) Contractor shall provide Factory Representatives/Qualified Instructors/ Videographer for Performance Designs Ram-Air Canopies to provide Military Free Fall (MFF) Instruction, Video and Still In-Air Photography Support Services. Period of Performance: three (3) weeks, dates to be determined with performance start date no later than September 30, 2013. (Contractor shall provide a detailed breakdown of the quote) Qty - 1 lump sum Period of Performance: First week - One (1) Factory Representative for five (5) days Second Week - Two (2) Factory Representatives for five (5) days Third Week - Two (2) Factory Representatives for five (5) days CLIN 1002 (OPTION) Contractor shall provide Factory Representatives/Qualified Instructors/ Videographer for Performance Designs Ram-Air Canopies to provide Military Free Fall (MFF) Instruction, Video and Still In-Air Photography Support Services. Period of Performance: three (3) weeks, dates to be determined with performance start date no later than September 30, 2013. (Contractor shall provide a detailed breakdown of the quote) Qty - 1 lump sum Period of Performance: First week - One (1) Factory Representative for five (5) days Second Week - Two (2) Factory Representatives for five (5) days Third Week - Two (2) Factory Representatives for five (5) days Place of Performance: Marana, Arizona Section C Specifications 1. Vendor must be an authorized factory representative for the following manufacturers: a. Performance Design Parachutes b. United Parachute Technologies containers and tandem systems c. Sun Path containers 2. Vendor must be able to provide instruction in the rigging, maintenance and use of all aforementioned gear and all ancillary equipment involved. 3. Vendor must provide representatives with the following qualifications and capabilities: a. Current United States Parachute Association (USPA) member b. Federal Aviation Administration (FAA) Master Rigger c. Must be able to shoot usable, high definition video of a student in free fall for debrief purposes 4. Factory Representatives/Qualified Instructors / Videographer shall be required to arrive at least 30 minutes prior to training evolutions. They shall be required to make up to 12 jumps (skydives) per day from military or commercial contracted aircraft from an altitude of no more than 24,999 feet above sea level. They shall be required to provide their own equipments. Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal laws and regulations. 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 52.204-99 System for Award Management Registration (DEVIATION) Aug-12 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb-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 52.222-3 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 52.232-36 Payment by Third Party Feb-10 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 52.247-29 F.o.b. Origin Feb-06 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 252.212-7001 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 252.232-7010 Levies on Contract Payments Dec-06 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 52.232-18 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. 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: (i) Technical - Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. (ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects 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. (iii) Price -All line items will be reviewed for price reasonableness. (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 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 52.252-2 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 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer 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) 862-9469. 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. LOCAL The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. LOCAL The vendor will be required to submit monthly reports detailing maintenance performed with each invoice. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins 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 to the following point of contact: Joseph Reaume - Contract Specialist joseph.reaume@vb.socom.mil PH - 757-862-9476 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.232-9003 Paying Office Instructions (2005) As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins (a) The Primary Contracting Office Point of Contact is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-9479. (b) The Administrative Contracting Office Point of Contact is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-9476. (c) The Contracting Officer's Representative is: Joseph Reaume, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, joseph.reaume@vb.socom.mil, 757-862-94766. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address to be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 862-0809. All questions concerning this procurement, either technical or contractual must be submitted to joseph.reaume@vb.socom.mil by October 1, 2012 at 2:00PM EST. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. 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. Point of contact for this procurement is Joseph Reaume at phone number: (757-862-9476) or email at joseph.reaume@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Joseph Reaume by email at joseph.reaume@vb.socom.mil, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Joseph Reaume (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 1:00 p.m. Eastern Standard Time (EST) on 17 October 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0017/listing.html)
 
Record
SN02906819-W 20121004/121002234954-4bc0eab867c87b89e3c1f66e31b467a7 (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.