MODIFICATION
V -- Commercial Air Support
- Notice Date
- 1/2/2015
- Notice Type
- Modification/Amendment
- NAICS
- 481111
— Scheduled Passenger Air Transportation
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-15-T-0022
- Point of Contact
- Matthew J. Morelewski, Phone: 619-537-1360
- E-Mail Address
-
matthew.morelewski@navsoc.socom.mil
(matthew.morelewski@navsoc.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Special Warfare (NSW) Command, Contracting Department, San Diego CA 92155 intends to award a 100% Small Business Set-Aside, Firm Fixed Price Contract to an Air Mobility Command (AMC) / Commercial Airlift Review Board (CARB) certified commercial carriers for parachute operations in Arizona and California in support of NSWG-1. Parachute operations include land and water drops (jumps). Contractor shall also provide the following: •· Approximately 1600 sq. ft. of classroom space either in a hanger or building near the aircraft staging area, •· A parachute drying area (for water jumps) near the classroom or staged aircraft •· Coordination of local use of prospective drop zones •· Fixed wing aircraft with rear ramp capabilities for a minimum of 18 personnel (350 lbs. average combat load. •· HALO/HAHO rigged aircraft •· A minimum of 60 flight hours and maximum of 80 flight hours for the following training dates: •§ January 25 - February 6 (Mon. - Fri.) •§ March 16 - 27 (Mon. - Fri.) •§ May 18- 29 (Option) The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. The Contractor shall provide piolot(s), commercial aircraft(s) and fuel for all training events. The North American Industry Classification System (NAICS) code for this acquisition is 48111. The size standard is 1500 personnel. A complete Request for Proposal package will be available for downloading at the FBO website: http://www.fedbizopps.gov on or about 18 December 2014. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above sites; this office will no longer issue hard copy solicitations. 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, or via Internet at https://www.sam.gov/portal/public/SAM/. 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/NAVSOC/H92240-15-T-0022/listing.html)
- Place of Performance
- Address: San Diego, California, United States
- Record
- SN03607630-W 20150104/150102233415-8cb4910209e84bc132ed37385c4547ea (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 |