Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2025 SAM #8766
SOLICITATION NOTICE

W -- Jumper Training Services Support (JTSS)

Notice Date
11/24/2025 10:47:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
PANMCC25P0000000957
 
Response Due
11/25/2025 12:00:00 PM
 
Archive Date
12/10/2025
 
Point of Contact
Lizzel Lipumano, Phone: 9283286162, Teresa V. Dinwiddie, Phone: 9283282357, Fax: 9283286534
 
E-Mail Address
lizzel.a.lipumano.civ@army.mil, teresa.v.dinwiddie.civ@army.mil
(lizzel.a.lipumano.civ@army.mil, teresa.v.dinwiddie.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this amendment is to change the Solicitation from W9124R26Q0001 to W9124R26QA003. Combined Synopsis Solicitation: Jumper Training Service Support Response Date: 25 November 2025 at 1:00 PM MST Solicitation No: W9124R26Q0001 This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included within this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. This acquisition will be conducted in accordance with FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06, Effective 01 October 2025 and Defense Federal Regulation Supplement (DFARS), current to DPN 20251110 (Effective 10 November 2025) Edition. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.acquisition.gov. This solicitation is being issued as a Request for Quotations (RFQ) under Solicitation Number W9124R26Q0001, which will result in a single-award, Firm Fixed Price (FFP) contract with a one-year base and 4 one-year options. This requirement will be 100% Small Business Set -Aside. The North American Industry Classification System (NAICS) code is 532411- Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing with a size standard of $45.5 million. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for a non-personal service contract to Jumper Training Service Support in accordance with Attachment 1- Performance Work Statement (PWS). To be determined technically acceptable, the offeror shall provide the following: Proof of United States Parachute Association (USPA) certification for each instructor. The offeror shall provide proof of 2 USPA certified instructors. Offeror must possess a Vertical Wind Tunnel and provide evidence that the VWT can occupy a minimum of 4 personnel at a time. Offeror must provide technical literature that meets the requirements for Aircraft Support identified in Attachment 1- Performance Work Statement section 1.4 Scope. The Offeror shall provide proof that they have Aviator Breathing Oxygen that meets Milspec MIL-PRF-27210 and a booster pump with the capability to fill at least two individual bailout bottles at once to at least 2,000 Pounds Per Square Inch. Award will be made on a Lowest Price/Technically Acceptable (LPTA) basis. Tradeoffs are not permitted. Offerors must provide the Unit Price and Amount for all Contract Line Item Numbers (CLINs): 0001, 0002, 0003, 0004, 1001, 1002, 1003, 1004, 2001, 2002, 2003, 2004, 3001, 3002, 3003, 3004, 4001, 4002, 4003, and 4004. Offerors must provide a total amount for the base and all options excluding FAR 52.217-8 Option to Extend Services. The Government will take the final option year 4 price and divide by 2 to obtain the 6-month price for FAR 52.217-8 as part of the price reasonableness determination. Offerors shall not price the 6-month option on their quote. Quotes shall conform to the Contract Line Item Number (CLIN) Structure identified in Attachment 2. Payment will be made through Wide Area Work Flow (WAWF). Offerors shall account for any costs associated with accepting payment. Shipping and taxes (if applicable) shall be incorporated into the proposed price. Arizona vendors are to include the Arizona Privilege Tax. All quotes are due by 25 November 2025 at 1:00 PM MST. All inquiries shall be clearly marked with solicitation W9124R26Q0001 and sent by email to Lizzel Lipumano at lizzel.a.lipumano.civ@mail.mil and Teresa Dinwiddie at teresa.v.dinwiddie.civ@army.mil. . As a minimum, offerors shall include the following information: (1) Company name, address, Unique Entity ID (UEI), and Tax Identification Number (TIN); (2) POC with telephone and email address; (3) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and (4) Acknowledgment of Solicitation Amendments. Attachments: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � W9124R26Q0001 - CLIN Structure, Solicitation Provisions & Clauses Attachment 3 � Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/26bc5a284102400ebc28656ea78591fb/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07650099-F 20251126/251124230036 (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 |
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.