SOLICITATION NOTICE
X -- Military Free Fall Training Facilities
- Notice Date
- 8/28/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488119
— Other Airport Operations
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-08-T-0042
- Archive Date
- 9/19/2008
- Point of Contact
- Amanda Flint, Phone: 910-432-4905, Sandra L Aman, Phone: 910-432-2146
- E-Mail Address
-
flinta@soc.mil, amans@soc.mil
- Small Business Set-Aside
- N/A
- Description
- The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina, has a requirement for facilities and equipment to support Military Free Fall (MFF)/High Altitude Low Opening (HALO) training including aircraft on as needed basis if government aircraft is unavailable/non-mission capable. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. All quotes must reference Request For Quotation number H92239-08-T-0042. A firm fixed price contract with a time and materials CLIN for aircraft is contemplated. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-26 effective 12 June 2008. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 488119. Size Standard is $7M. All responsible sources may submit a quote which shall be considered by the agency. REQUIREMENT: The contractor shall provide all training areas, training facilities, equipment and supplies not identified as Government furnished property. This includes the availability of DOD approved back-up aircraft in the event that government furnished aircraft is unavailable or non-mission capable. Contracted aircraft will be paid on a fixed hourly rate not to exceed 50 hours as/if utilized. PERIOD OF PERFORMANCE: 8 Sep 2008 through 30 Sep 2008. CLIN0001: Facilities FACILITIES AND GROUND EQUIPMENT REQUIREMENTS: Contractor shall provide a classroom to accommodate 24 Students and 4 instructors. Classroom shall provide basic classroom furniture to accommodate classroom instruction Contractor shall provide a parachute packing facility complete with parachute a minimum of 3 parachute packing tables and basic tools to allow parachute packing, servicing and repair Contractor shall provide an outdoor packing facility with enough overhead protection to cover 3 parachutist and 3 elongated parachutes Facility shall have O2 Canister refill capabilities to fill standard HALO O2 bottles required for jump operations above 18000 AGL Facility shall provide a secured area to protect 30 HALO chutes and equipment when not in use. Area shall restrict access and allow access only to unit personnel. A lock and hasp meet requirements as long as unit has the only key or combination Contractor shall provide one 4 x 4 Truck per training event. Vehicle will be used by DZSO and act as an alternate medical evacuation vehicle IAW with USASOC Regulations Contractor shall provide all expendables associated with packing parachutes such as parachute pull handles, tie downs, rubber bands, etc. Expendables are defined as those items commonly used to pack a parachute that are either lost of broken during a jump operation. DROP ZONE (DZ) / AIRFIELD REQUIREMENTS: DZ shall be under the operational control of the contractor. Contractor shall control use of DZ and airspace over the DZ. Contractor’s DZ shall provide exclusive use for the military during training operations and restricted from civilians while the military is performing jump operations DZ shall have been surveyed by the United States Air Force Special Tactics Group and be listed under the USAF Airfield Suitability Report System to ensure the DZ meets safety conditions as outlined by applicable military regulations DZ shall be accessible and approved for ground vehicle use and accept fair wear and tear caused by 4 wheeled vehicles be used under normal circumstances of driving off road DZ and airfield shall be able to support jump operations in hours of darkness as well as day time operations DZ shall be co-located with airfield to decrease time needed to transport and repack parachutes for the next lift Runway shall be surveyed by the United States Air Force Special Tactics Group and be listed under the USAF Airfield Suitability Report System. Runway shall accommodate a USAF C-130 both day and night. CLIN0002: Aircraft AIRCRAFT REQUIREMENTS: Aircraft provider shall be a DoD approved commercial operator to include aircraft certifications and licenses (Part 135 certified in accordance with Department of Defense Directive (DoDD) 4500.53) if available, or otherwise in accordance with USSOCOM Directive 350-8. Aircraft shall be capable of reaching and maintaining 25,000 AGL (Above Ground Level) Aircraft shall have a Ramp and standing room available to simulate C130 jump procedures Aircraft shall be able to carry 12 HALO Jumpers with combat equipment per lift Aircraft shall be able to support up to 50 operational hours during the period of performance Aircraft shall be available 24 hours after notification to provide flight time as needed up to but not to exceed 50 hours All aircrew shall be USA citizens with citizenship verifiable by provision of birth record or passport. The contractor shall have insurance coverage to include parachute and HALO operations per DoD certification. LOCATION OF TRAINING AND FACILITIES: Training shall be conducted at a contractor provided off-site training facility. The contractor shall provide a suitable and safe location for the training. The contractor shall provide sufficient detail of the proposed training location in their quote to determine suitability in accordance with the requirements above. SAFETY: Contractor's quote shall include a safety plan outlining the procedures that are in place to ensure safety and react to medical emergencies. Safety plan shall include the location of the nearest emergency medical facility. GOVERNMENT FURNISHED EQUIPMENT: The Government will provide military equipment for MFF/HALO training including parachutes and individual combat gear. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: "Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the "Best Value" to the Government.” The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical capability (2) price and (3) past performance. Technical capability is defined, in order of priority as: (1) contractors ability to meet, or exceed, the facilities and aircraft requirements (2) suitability of the training location; and (3) documented corporate technical experience in providing the requested facilities and aircraft. Technical capability will be evaluated for use in the best value determination. To be rated technically acceptable, the submitting bidder shall demonstrate recent experience in providing the requested facilities and shall provide past performance information and shall meet the minimum requirements outlined in the solicitation. Technical acceptability will be determined by the government during technical review. 52.204-7004, Central Contractor Registration. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccc.gov. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. ORCA submissions are acceptable. The following FAR Clauses are applicable to this acquisition: 52.203-3 Gratuities; 52.203-6 Restrictions On Subcontractor Sales To The Government; 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I; 52.203-12 Limitation On Payments To Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-14 Limitations On Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies; 52.222-21 Prohibition Of Segregated Facilities; 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; 52.223-6 Drug-Free Workplace; 52.232-17 Interest; 52.252-2 Clauses incorporated by reference; 52.252-6 Authorized deviations in clauses;52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-41 Service Contract Act of 1965; DFARS 252.204-7004 Central Contractor Registration (52.204-7) Alternate A); 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items.; 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (Mar 2008); SOFARS 5652.204-9003 Disclosure of Unclassified Information (2006); 5652.201-9002 Authorized Changes Only by Contracting Officer (2005). QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Amanda Flint), Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, 4 September 2008. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at flinta@soc.mil; however, it is the contractor’s responsibility to ensure that electronic submissions are received by the contracting officer. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. To assist the Government in the technical review, contractor’s quote shall include specifics of the proposed training location including facilities, safety plan and relative past performance. Quotes not containing adequate information to be used in the technical evaluation process may be eliminated from competition. The technical volume shall not contain cost or pricing data. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer’s address provided no later than 2 September 2008. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Amanda Flint, Contract Specialist at (910) 432-4905, e-mail flinta@soc.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf2ff846d00a546863c016e56e6eb083&tab=core&_cview=1)
- Record
- SN01653725-W 20080830/080828221118-cf2ff846d00a546863c016e56e6eb083 (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 |