SOLICITATION NOTICE
U -- Canopy Control Instruction
- Notice Date
- 1/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-13-T-0095
- Archive Date
- 2/27/2013
- Point of Contact
- Catherine A. Prestipino, Phone: 7578629467
- E-Mail Address
-
catherine.prestipino@vb.socom.mil
(catherine.prestipino@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-0095. 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 2005-64 effective 17 January 2013, and DFARS 20121231. North American Industrial Classification Code (NAICS) 611620 with a standard business size of $7 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 Canopy Course Instruction. Contractor shall provide Canopy Course Instruction for ten (10) students. Contractor shall provide a minimum student to contractor ratio of 2:1 for five (5) days to train and instruct NSWDG personnel in order to greatly enhance comfort ability, precision and accuracy in both solo and group canopy air to air formations and landing patterns to further increase effectiveness. All instructors shall have prior experience with Special Operations Forces (SOF) in Canopy instruction. Contractor shall provide video footage upon completion of course for debrief purposes. Contractor shall provide lift tickets for all personnel. Contractor shall provide facility for course instruction. Parachute packers shall hold a Federal Aviation Administration (FAA) Senior Rigger License. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." Qty: 1, Unit of Issue: Lump Sum; (The contractor shall provide a detailed breakdown of the course price) FFP Place of Performance: Contractor's Facility Period of Performance: 5 days (TBD) in March 2013 OPTION CLIN 0001 Canopy Course Instruction. Contractor shall provide Canopy Course Instruction for ten (10) students. Contractor shall provide a minimum student to contractor ratio of 2:1 for five (5) days to train and instruct NSWDG personnel in order to greatly enhance comfort ability, precision and accuracy in both solo and group canopy air to air formations and landing patterns to further increase effectiveness. All instructors shall have prior experience with Special Operations Fo rces (SOF) in Canopy instruction. Contractor shall provide video footage upon completion of course for debrief purposes. Contractor shall provide lift tickets for all personnel. Contractor shall provide facility for course instruction. Parachute packers shall hold a Federal Aviation Administration (FAA) Senior Rigger License. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." Qty: 1, Unit of Issue: Lump Sum; (The contractor shall provide a detailed breakdown of the course price) FFP Place of Performance: Contractor's Facility Period of Performance: for up to Five(5) days to occur TBD during the period March 23, 2013 - March 22, 2014. SECTION C Specifications • Instructors shall provide a comprehensive course of instruction on canopy control to include the following topics: •o Patterned Flight •o Two-staged flare technique •o Braked approaches •o Flat turns •o Stall recovery •o Advanced accuracy •o No-contact proximity flight • Instructors shall possess the ability to teach, demonstrate, debrief and mentor all aspects of Canopy Control for military free fall parachuting. • Instructors shall be familiar with Ram-Air canopies of Performance Designs and the Javelin Odyssey harness-container and all ancillary equipment in order to identify any potential safety issues with the rigging thereof. • Instructors shall hold United States Parachutes Association (USPA) licenses and USPA Professional Exhibition Ratings. • Instructors shall have demonstrated positive past performance with other Special Operations Command units in this capacity and have reported that all training has met or exceeded expectations • Instructors shall be current Performance Design Canopy Coach and Canopy Pilot and must specialize in Performance Design Canopy systems. • Vendor shall provide 2 way air-to-air communications equipment for all parachutists and be able to provide real-time feedback of performance debriefs while descending under a Ram-Air parachute. • Vendor shall provide high-definition video footage upon completion of course for debrief purposes. • Vendor shall provide past experience with similar type of training with Special Operations Forces personnel. • Vendor shall provide instructors with minimum of USPA "D" license PRO rating and current USPA membership. 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 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 52.232-99 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 252.212-7001 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 52.212-2 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 FAR 52.217-8 Option to Extend Services Nov 1999 The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. FAR 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) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five (5) 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 twelve (12) months. 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) 862-9471. 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. 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: Catherine Prestipino, Contract Specialist; Email address: catherine.prestipino@vb.socom.mil Quotes must be received no later than 10:00 AM. Eastern Standard Time (EST) on 12 February 2013. 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 Registration (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 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 Catherine Prestipino, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 Point of Contact for this solicitation is Catherine Prestipino at catherine.prestipino@vb.socom.mil or phone (757) 862-9467 or fax to (757) 862-0809. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Catherine Prestipino by email at catherine.prestipino@vb.socom.mil, fax at (757) 862-0809 or U.S. Postal mail addressed to NSWDG, Attn: Catherine Prestipino (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0095/listing.html)
- Record
- SN02969701-W 20130124/130122234048-86b4992a2b4b05416a195c15cbb17b05 (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 |