SPECIAL NOTICE
U -- EXU-1 Vertical Wind Tunnel Course
- Notice Date
- 11/18/2020 8:14:58 AM
- Notice Type
- Special Notice
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
- ZIP Code
- 20640-1533
- Solicitation Number
- N0017421Q0007
- Response Due
- 11/23/2020 5:00:00 AM
- Archive Date
- 12/08/2020
- Point of Contact
- CHRISTINA E SIMPSON, Phone: 3017446627
- E-Mail Address
-
CHRISTINA.E.SIMPSON@NAVY.MIL
(CHRISTINA.E.SIMPSON@NAVY.MIL)
- Description
- NOTICE OF INTENT TO SOLE SOURCE:��� RFQ # N0017421Q0007 Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) intends to award a firm fixed-price sole source procurement with Indoor Skydiving Virginia, 2412 Pacific Ave, Virginia Beach, Va 23451-3270 to provide: STATEMENT OF WORK For Expeditionary Exploitation Unit-One (EXU-1) Specialized Training Vertical Wind Tunnel Training 18 September 2020� 1. SUMMARY:� This Statement of Work (SOW) defines a Vertical Wind Tunnel training event for the Naval Surface Warfare Center-Indian Head Expeditionary Exploitation Unit-ONE (EXU-1) military parachutist�s personnel. 2.� BACKGROUND:� EXU-1, Air Operations (P3) requires that Military Free Fall (MFF) qualified personnel, as a part of their military duty, must maintain qualification to receive hazardous duty incentive pay. This course is required to maintain proficiency in these qualifications.� A local training site is required to limit the interference with the established Explosive Exploitation training schedule to ensure parachutist�s personnel are fully qualified and certified. Explosive Exploitation training schedule is a compressed cycle that ensures EXU-1 can meet it global operations with its available assigned personnel.��� 3.� SCOPE OF WORK:� The Contractor shall provide a course curriculum and instruction for students to participate in a vertical wind tunnel training for EXU-1 military parachutist�s personnel.� The Contractor shall provide all necessary equipment, materials, and training site to support this course of instruction.� EXU-1 military parachutist�s personnel will provide all personal protective equipment (PPE) and military equipment needed to perform vertical wind tunnel procedures.� The Government will provide all necessary transportation for the students to and from training locations. 4.� REQUIREMENTS:� The training curriculum shall be designed to support up to 40 hours of coached VWT wind tunnel rental hours to be used over the period of 10 months. The Contractor shall conduct training during the dates of 2 December 2020 to 30 September 2021 timeframe when EXU-1 personnel are available for training.� The Contractor shall provide both classroom and practical training at the Contractor�s training site that provides a focus in the following freefall objectives. 4.1�������� The contractor shall provide a secure area for military personnel to conduct wind tunnel training and instruction. Facility will be sufficient in size to accommodate multiple personnel performing relative work (RW) training. The contractor shall provide a clean, effective facility for the conduct of vertical wind tunnel training. Military personnel will� require access to classroom spaces for debriefing purposes. Specific requirements are as follows: 4.1.1���� The contractor shall provide a total of forty (40) hours of vertical wind tunnel rental hours over a 10 month period. Which is further defined as: �Forty (40) IBFA Level 4 coached VWT hours 4.1.2 The facility shall meet or exceed 14 feet in diameter and contain a climate controlled recirculating flight chamber. 4.1.2.1� Accommodate four (4) students at one time. 4.1.2.2� Provide a wind tunnel that incorporates a make-up air system, allowing the antechamber to remain open while the tunnel still runs. 4.1.3���� Facility wind speed will be sufficient to lift a parachutist wearing tunnel-safe parachutes and equipment bags (approximately 400lbs). 4.1.4���� The Contractor shall provide classroom facilities to accommodate thirty (30) students. 4.1.4.1� Classroom facilities shall be equipped with a large, high definition screen for viewing and assessment of training videos. 4.1.5���� The Contractor shall ensure each student MFF VWT Safe Rigs are checked prior to entering the VWT. 4.1.6���� Video Recording and Playback 4.1.6.1� The Contractor shall provide equipment and personnel necessary to perform video recording and playback capabilities of all VWT training events. 4.1.6.2� The Contractor shall provide the capability for recording and playback to occur concurrently. 4.1.6.3� A large, high definition viewing area/screen shall be provided in order to adequately assess student performance. This equipment should be located in the classroom. 4.1.7���� Scheduling and Access 4.1.7.1� Tentative training schedules will be discussed between the Unit Point of Contact and the Contractor after contract award. 4.1.7.2� Schedule changes will be made NLT 10 days prior to the start of each training event. All changes will be coordinated through the Unit Point of Contact (POC) and the Contractor. 4.1.7.3� The contractor shall provide access to the training facility from 0600 until 1900, Monday-Friday, excluding holidays. 4.1.7.4� User will coordinate with the contractor for access outside of the normal scheduled hours, if required. 4.1.8 When performing work associated with this SOW, the Contractor shall make clear to all individuals that they are Contractor employees and not DOD personnel when working in any situation where their contractor status is not obvious to third parties. 5.� PERFORMANCE PERIOD:� The period of performance requested is 2 December 2020 to 30 September 2021 6.� GOVERNMENT FURNISHED MATERIAL:� Military specific equipment utilized during military free fall operations (NODS, ballistic helmets, military parachute packs, ruck sacks, and weapons) will be provided by the EXU-1 unit personnel and will remain in their possession throughout the training. 7.� USE OF GOVERNMENT FACILITY: No Government Facility will be used for this training effort. 8.� SECURITY: No Security requirements are required for this effort. 9. SAFETY: The Contractor shall promptly report to the Unit POC and the procuring Contracting Officer (PCO) if a mishap involving services under this contract results in an injury.� If the U.S. Navy conducts an investigation of the accident, the Contractor (including all Sub-Contractors) shall cooperate with the government personnel until the investigation is completed. The Contractor shall allow authorized government representatives access to the Contractor's facilities, personnel, and safety program documentation. ACRONYMS AMC - Air Mobility Command CNO - Chief of Naval Operations COR - Contracting Officer Representative CSG/ESG - Carrier Strike Groups/Expeditionary Strike Groups DOD - Department of Defense DON - Department of Navy DZ - Drop Zone EOD - Explosive Ordnance Disposal EODTEU - Explosive Ordnance Disposal Training and Evaluation Unit FAR - Federal Aviation Regulation GFE - Government Furnished Equipment GFF - Government Furnished Facilities GFI - Government Furnished Information HALO/HAHO - High Altitude Low Opening/ High Altitude High Opening JTR - Joint Travel Regulations KO - Contracting Officer MCM - Mine Countermeasure MFF - Military Free Fall MSC - Military Sealift Command MSL - Mean Sea Level OFRP - Optimized Fleet Response Plan P3 - Premeditated Personnel Parachuting PMT - Pre-mission Training POP - Period of Performance PWS - Performance Work Statement SOFBIS - Special Operation Forces Baseline Interoperable Standards SME - Subject Matter Expert TA - Technical Assistant TPOC - Technical Point of Contact USPA - United States Parachute Association VWT - Vertical Wind Tunnel ZAR - Zone Availability Report LEADTIME: Leadtime for completion of testing is on or before 56 days after the date the contract is awarded. The associated North American Industry Classification System (NAICS) code is 611699, Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/.� The circumstances permitting Other Than Full and Open Competition is Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy Agency requirements.""� The intent of this synopsis is to determine if any sources exist, and therefore, no Request for Quote (RFQ) is available.� This notice of intent is not a request for competitive quotes; however, all information received by 23 Nov 2020 will be considered by the Government for the next requirement.� If quotes are received for this requirement, it will be considered in for the next requirement.� Clauses: 52.204-2; 52.204-3; 52.204-7; 52.204-24; 52.204-25; 52.204-26; 52.204-26; 52.204-13; 52.204-19; 52.204-19; 52.209-10; 52.211-17; 52.213-4; 52.212-4; 52.219-1; 52.219-28; 52.222-19; 52.222-21; 52.222-26; 52.222-50; 52.223-18; 52.225-13; 52.225-18; 52.232-1; 52.232-8; 52.232-39; 52.232-40; 52.233-1; 52.233-3; 52.233-4; 52.243-1; 52.241-1; 52.252-1; 52.252-2; 252.203-7000; 252.203-7002; 252.203-7005; 252.204-7003; 252.204-7008; 252.204-7009; 252.204-7012; 252.204-7015; 252.225-7001; 252.225-7018; 252.232-7003; 252.232-7010; 252.243-7001; 252.244-7000; 252.247-7023
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c0ae7dcd80f84a579727e5b29e1b343a/view)
- Place of Performance
- Address: Virginia Beach, VA 23451-3270, USA
- Zip Code: 23451-3270
- Country: USA
- Zip Code: 23451-3270
- Record
- SN05855597-F 20201120/201118230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |