Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2016 FBO #5262
SOLICITATION NOTICE

L -- Rigger Services

Notice Date
4/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
H92244-16-T-0140
 
Archive Date
5/7/2016
 
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 H92244-16-T-0140. 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) 2005-87 effective 06 April 2016 and DFARS DPN 201600325 25 Mar 2016. 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 01 May 2016 - 27 May 2016 in accordance with 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 18 July 2016 -05 Aug 2016 in accordance with 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 11-30 Sep 2016 in accordance with 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 23 Oct 2016 - 19 Nov 2016 in accordance with 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 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 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 Oct 2015 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Mar 2016 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May 2015 FAR 52.212-2 Evaluation-Commerical Items - ADDENDUM Oct 2014 The source selection process to be used for this acquisition is the lowest price technically acceptable (LPTA) process. The Government will award a contract resulting from this solicitation to the responsible contractor 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: Technical, Past Performance, and Price. Factor 1: Technical - The Offeror shall describe its approach to accomplishing the requirements of the Statement of Work. The Government shall evaluate the offeror's ability to meet the requirement and conform to the specifications in the solicitation based on its technical competence to include its technical capability, instructor qualifications, and technical and management approach. Factor 2: Past Performance: Past performance submissions shall be evaluated for Relevancy. Relevant contracts are similar to the scope and magnitude of the PWS. All past performance submissions that are considered relevant shall be evaluated for quality. Offers shall provide the 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. Furnish the following information for each contract listed: Offerors are cautioned that in conducting the past performance assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving low performance risks rests with the offerors. Factor 3: Price: The Government will evaluate the offeror's cost/price quote in order to assess the realism of the proposed cost/price, determine the probable cost to the Government, and to assist in determining the offeror's understanding of the technical requirements. (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. Award will be made to the offeror with a technically acceptable proposal with the lowest evaluated price. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Mar 2016 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2015 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-8 Utilization of Small Business Concerns Oct 2014 FAR 52.219-28 Post Award Small Business Program Rerepresentation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Feb 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2015 FAR 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-37 Employment Reports on Veterans Feb 2016 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 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 (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) May 2014 FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment May 2014 FAR 52.222-55 Minimum Wage Under EO 13658 Mar 2016 (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Mar 2016) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. FAR 52.217-5 Evaluation of Options Jul 1990 Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 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 12 months. FAR 52.228-5 Insurance-Work on a Government Installation Jan 1997 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52.237-3 Continuity of Services Jan 1991 FAR 52.242-13 Bankruptcy Jul 1995 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-29 F.o.b. Origin Feb 2006 FAR 52.247-34 F.o.b. Destination Nov 1991 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. FAR 52.233-2 Service of Protest Sep 2006 (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Contracting Officer 472 Polaris Avenue Virginia Beach, VA 23461 Matt.morelewski@vb.socom.mil (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acqnet.gov.far FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications, they are to indicate that in the quote, there is no need to complete these provisions again for this solicitation. 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 252-204-7000 Disclosure of Information Aug 2013 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 Covered Defense Information & Cyber Incident Reporting Dec 2015 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb 2014 DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders Dec 1991 DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by The Government Of a Country that is a State Sponsor of Terrorism Oct 2015 DFARS 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations Jun 2015 DFARS 252.223-7008 Prohibition of Hexavalent Chromium May 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.225-7012 Preference For Certain Domestic Commodities Feb 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Dec 2012 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea BASIC Apr 2014 DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felonly Conviction under any Federal Law- Fiscal Year 2016 Appropriations Oct 2015 (a) In accordance with sections 101 (a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. DFAR 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE SEP 2011 (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Monitor, Keyboard and Mouse. ---------------------------------------------------------------------------------------------------------------- Alternative line-item structure offer where monitors are shipped separately: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit Price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Keyboard and Mouse. 0002............................ Monitor................. 20 EA....................... ---------------------------------------------------------------------------------------------------------------- The following SOFARS provision and clauses apply to this acquisition 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 Officer is Matt Morelewski 757-862-9461. SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches 2013 (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 5652.204-9004 Foreign Persons Jan 2006 In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____): (1) Full Name: (2) Date of Birth: (3) Place of Birth: (4) Nationality: (5) Social Security Number: (6) Visa Status: (7) Current Address: (8) If a Subcontractor, Subcontractor Name and Address: (9) Biographic data and/or resume: SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation Jan 2000 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: Tina Ford, Contract Specialist; Email address: tina.ford@vb.socom.mil; phone (757) 862-9468; fax (757) 862-9478; mailing address: 472 Polaris Avenue, Bldg. 586, Virginia Beach, Virginia 23461-2299. 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) SOFARS 5652.233-9000 Independent Review for Agency Protests Jan 2013 All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504. SOFARS 5652.237-9000 Contractor Personnel Changes 2005 (a) The contractor shall have the right to remove his personnel assigned to perform the tasks hereunder and to substitute other qualified personnel provided that the Contracting Officer is notified of such removal and replacement. The contractor shall notify the Contracting Officer prior to such change, giving the new employee's name, security clearance and technical qualifications. (b) Any removals or replacements for the convenience of the contractor shall be at no additional cost to the Government. Cost to be borne by the contractor include but are not limited to time of travel, travel and training costs for replacement personnel. (c) Removals or replacements of contractor personnel shall be considered for the convenience of the contractor except when such removal is for: (1) Employees removed as a result of cancellation or completion of the contract, (2) Employees replaced due to death or incapacitating illness or injury, (3) Or employees removed or replaced at the Government's request. (d) If any employee removes him/herself from the employment of the contractor, such removal will be at no additional cost to the Government. SOFARS 5652.237-9001 Key Personnel Requirements 2003 (a) Certain experienced professional and/or technical personnel are essential for successful accomplishment of the work to be performed under this contract. Such personnel are defined as "Key Personnel" and are those persons whose resumes were submitted for evaluation of the proposal. The contractor agrees that such personnel shall not be removed from the contract work or replaced without compliance with the following: (1) If one or more of the key personnel, for any reason, becomes or is expected to become unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall, subject to the concurrence of the Contracting Officer or an authorized representative, promptly replace personnel with personnel of equal ability and qualifications. (2) All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request must contain a resume for the proposed substitute, and any other information requested by the Contracting Officer. The Contracting Officer shall promptly notify the contractor of approval or disapproval in writing. (a) If the Contracting Officer determines that suitable and timely replacement of Key Personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming or that the resultant reduction of productive effort would be so substantial as to impair successful completion of the contract, the Contracting Officer may terminate the contract for default or for the convenience of the Government, as appropriate, or make an equitable adjustment to the contract to compensate the Government for any resultant delay, loss or damage. (b) The follow positions are identified as Key Personnel: Rigger 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 2 PM. Eastern Standard Time (EST) on 22 April 2016. 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 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/NAVSOC/H92244-16-T-0140/listing.html)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN04087192-W 20160420/160418234436-77556d9ac5206724220cc7fec10745ff (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.