SOLICITATION NOTICE
69 -- Advanced Canopy Control Course of Instruction
- Notice Date
- 1/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611620
— Sports and Recreation Instruction
- 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
- H92244-09-T-0101
- Archive Date
- 2/25/2009
- Point of Contact
- Christine G. Anderson,, Phone: 757-893-2715
- E-Mail Address
-
christine.anderson@vb.socom.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); the solicitation number is H92244-09-T-0101, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29 effective 15 January 2009. The North American Industrial Classification Code (NAICS) 611620 applies to this procurement with a business size standard of $6.5 million. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-S10. FOB Point is Origin. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services Contract Line Item Number (CLIN) 0001 Canopy Control Course of Instruction for twenty students during the period of 16 February 2009 through 27 February 2009. SubLine Item Number (SLIN) 0001AA Lift Tickets for twenty students at twelve jumps per day for ten days. QUANTITY 1800 each SLIN 0001AB Parachute Packing Fees for twenty students at twelve jumps per day for ten days. QUANTITY 1800 each SLIN 0001AC Daily Coaching Rate for five coaches for ten days for twenty students. QUANTITY 50 days SLIN 0001AD Travel includes lodging and meals for five coaches for fourteen days, one rental car for fourteen days and fuel for the rental car. QUANTITY 1 LUMP SUM SLIN 0001AE Ground Video Services for 1 Videographer for 10 days. QUANTITY 10 days Section C Specifications The vendor must be able to provide five Canopy instructors capable of training fourteen military personnel as Canopy Instructors for Performance Design Ram-Air canopies. All instructors must be certified instructors and professional canopy pilots for Performance Designs, Inc. All of the parachute systems at NSWDG are manufactured by Performance Designs, Inc. Vendor must be able to provide in-air radio communications between all personnel. Vendor must be able to provide video of training jumps for debrief purposes upon completion of course. Vendor must be able to provide parachute packing services for all personnel. Vendor must be able to provide aircraft jump tickets for all personnel. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger license. Training location is Deland, Florida. Training dates are 16-27 February 2009. Section E Inspection and Acceptance Terms CLIN 0001 and SLINs 0001AA through 0001AE inspect at Origin by Government; Accept at Origin by Government Section F Delivery Information CLIN 0001 and SLINs 0001AA through 0001AE period of performance is 16-27 February 2009 Section I Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity JAN 1997 52.204-7 Central Contractor Registration APR 2008 52.209-1 Qualification Requirements FEB 1995 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-15 Defense Priority And Allocation Requirements APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-3 Offeror Representations and Certification--Commercial Items All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JAN 2009 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns MAY 2004 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) - Alternate I JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-41 Service Contract Act Of 1965 NOV 2007 52.232-17 Interest OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information MAY 1999 52.233-1 Disputes JUL 2002 52.244-6 Subcontracts for Commercial Items DEC 2008 52.246-4 Inspection Of Services--Fixed Price AUG 1996 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2008 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 CLAUSES INCORPORATED IN FULL TEXT: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance in relative order of importance. Technical capability and past performance, when combined, are comparable to price. (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. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. 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: Christine Anderson, NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Email to christine.anderson@vb.socom.mil, Phone (757) 893-2715, Fax (757) 893-2957. Quotes must be received no later than 12:00 p.m. Eastern Standard Time (EST) on 10 February 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=43ea4471d69f1a0b3fd204030c6dc8bc&tab=core&_cview=1)
- Place of Performance
- Address: Deland, Florida, 32724, United States
- Zip Code: 32724
- Zip Code: 32724
- Record
- SN01739115-W 20090129/090127220518-43ea4471d69f1a0b3fd204030c6dc8bc (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 |