Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2015 FBO #4803
SOLICITATION NOTICE

U -- RIGGER SERVICES

Notice Date
1/16/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
H92244-15-T-0099
 
Archive Date
2/21/2015
 
Point of Contact
Tina Ford, Phone: 757-862-9468
 
E-Mail Address
tina.ford@vb.socom.mil
(tina.ford@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 H92244-15-T-0099. 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) 2005-78 effective 26 December 2014. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 541990 with a standard business size of $15 million. 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 Rigging Services The contractor shall provide quality assurance and rigging services for the period of 15 Feb 2015- 6 Mar 2015 in accordance with solicitation H92244-15-T-0099 and the attached statement of work Qty: 1 Group The contractor shall provide a detailed break-down of cost for each clin to include travel, per deiem and any other costs. OPTION CLIN 1001 Rigging Services The contractor shall provide quality assurance and rigging services for the period of 27 Apr 2015-22 May 2015 in accordance with solicitation H92244-15-T-0099 and the attached statement of work Qty: 1 Group The contractor shall provide a detailed break-down of cost for each clin to include travel, per deiem and any other costs. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION OPTION CLIN 2001 Rigging Services The contractor shall provide quality assurance and rigging services for the period of 8 -26 June 2015 in accordance with solicitation H92244-15-T-0099 and the attached statement of work Qty: 1 Group The contractor shall provide a detailed break-down of cost for each clin to include travel, per deiem and any other costs. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION OPTION CLIN 3001 Rigging Services The contractor shall provide quality assurance and rigging services for the period of 10 Aug 2015 - 4 Sept 2015 in accordance with solicitation H92244-15-T-0099 and the attached statement of work Qty: 1 Group The contractor shall provide a detailed break-down of cost for each clin to include travel, per deiem and any other costs. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION OPTION CLIN 4001 Rigging Services The contractor shall provide quality assurance and rigging services for the period of 26 Oct 2015 - 20 Nov 2015 in accordance with solicitation H92244-15-T-0099 and the attached statement of work Qty: 1 Group The contractor shall provide a detailed break-down of cost for each clin to include travel, per deiem and any other costs. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION Place of Performance: Virginia Beach, VA FFP FOB DESTINATION STATEMENT OF WORK Rigger must have extensive knowledge of the packing procedures and proven methods required as demonstrated in actual performance of the mission requirement. The riggers and curriculum all comply with parameters specified in Joint Basic Military Free Fall, Joint Military Tandem Tethered Bundle, and Assault Squadron sustainment training. The rigger requirements must include: a. Rigger must be current FAA Senior/Master Parachute Rigger. b. Rigger must be a graduate of a U.S. Army Parachute Rigger School with training on the maintenance, packing, and rigging of DoD parachutes and airdrop equipment. c. Rigger must have knowledge of assembly, packing and repair of the MJN-1 Personal Parachute and SOV3 Tandem Parachute Systems. d. Rigger must have knowledge of packing and assembly techniques of the military tandem tethered bundle system (MTTB). e. Rigger must be certified as CYPRES AAD Technician through SSK Industries, Inc. f. Rigger must have previous experience as a Military Drop Zone Safety Officer. g. Must have demonstrated consistent and regular Air Operations parachute rigging instruction in each of the previous 2 years with United States Military Special Operations Forces. h. Must be willing to work extended hours of the day in order to support course and squadron activities to include unknown drop zones. These hours could extend beyond 8 hours daily. i. Rigger must have knowledge of assembly, packing, repair and maintenance of the P-124 Aviation Parachute This contract will support the majority of the air operations training and sustainment during this course of instruction. The required disciplines required by NSWDG Air Operations are to include, but not limited to: a. Assist military riggers in Squadron sustainment training during the course of instruction. b. Perform ram-air canopy maintenance and repair. c. Perform Quality Assurance checks. d. Provide basic, intermediate, and advanced packing instruction and procedures. e. Construct Military Tandem Tethered Bundle systems. Section I Clauses FAR 52.204-7 System for Award Management Jul 2013 FAR 52.204-13 System for Award Management Maintenance Jul 2013 FAR 52.204-16 Commercial and Government Entity Code Reporting Nov 2014 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Aug 2013 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Apr 2014 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Dec 2014 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May 2014 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Dec 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.228-5 Insurance -- Work on a Government Installation Jan 1997 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-36 Payment by Third Party May 2014 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.237-3 Continuity of Services Jan 1991 FAR 52.243-1 Alt I Changes - Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A System for Award Management Alternate A Feb 2014 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 SOFARS 5652.204-9004 Foreign Persons Section K 2006 SOFARS 5652.237-9000 Contractor Personnel Changes Section I 1998 SOFARS 5652.252-9000 Notice of Incorporation of Section K Section I 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.hill.af.mil FAR 52.212-2 Evaluation - Commercial Items Oct 2014 FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (May 2014) - Alternate 1 Nov 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-99 (DEV) Establishing a Minimum Wage for Contractors (Deviation) Jun 2014 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 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 12 months of the award date on contract. 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 12 months of the award date on contract ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 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 18 months. 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 SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 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 Officer is Ana Downes, telephone (757) 862-9465. SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches (2013) Section H (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 protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer. (e) 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, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. SOFARS 5652.228-9000 Required Insurance (2003) Section G The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Automobile Bodily Injury Liability $200,000 per person/$500,000 per occurrence (example); as required by federal and State Statues Property Damage Liability $20,000 per occurrence (example); as required by federal and State Statues Workers Compensation & Occupational Disease As required by federal and State Statues Employer's Liability $100,000 (example); as required by federal and State Statues (Revised December 2011) 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: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil Quotes must be received no later than 9:00 a.m. Eastern Standard Time (EST) on 6 February 2015. 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 (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 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 Tina Ford, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. Point of Contact for this solicitation is Tina Ford at tina.ford@vb.socom.mil or phone (757) 862-9468 or fax to (757) 862-9478.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-15-T-0099/listing.html)
 
Place of Performance
Address: VIRGINIA BEACH, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN03618914-W 20150118/150116234636-5acb59ab92a5944794b0cf57c3d54881 (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.