Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
SOLICITATION NOTICE

U -- Parachute Courses of Instruction

Notice Date
6/9/2014
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
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
H92240-14-R-0015
 
Archive Date
7/8/2014
 
Point of Contact
Matthew J. Morelewski, , WARCOM Contracts,
 
E-Mail Address
matthew.morelewski@navsoc.socom.mil, WARCOM-Contracts@navsoc.socom.mil
(matthew.morelewski@navsoc.socom.mil, WARCOM-Contracts@navsoc.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This pre-solicitation synopsis is not to be construed as a formal solicitation (RFQ, RFP, or IFB). The Government does not intend to award a contract on the basis of this notice. This notice is for information and planning purposes only. The Government will not provide reimbursement of costs associated with any documentation or communication submitted in response to this notice. Any submitted documentation, upon delivery, becomes the property of the U.S. Government and will not be returned. 2. Naval Special Warfare Command has a requirement to support Basic Static-Line (S/L), CIN: A-431-0135 and Free-Fall (F/F), CIN: A-431-0136 parachute training for military personnel in the San Diego, CA area. This requirement includes providing all labor, material, equipment, maintenance, transportation, training and support services necessary to deliver, operate and support the training requirement. a. Static Line : The Contractor shall provide parachute training within 400 miles of the Naval Amphibious Base (NAB) Coronado located at Guadalcanal Road, San Diego, CA, 92155. The training consists of inspection/packing of the MC-6 parachute system, donning and wearing of all associated air operations gear, knowing and responding to all Military Static Line Jump Procedures, Aircraft Procedures, Canopy Control, Landing Procedures and Emergency Procedures. Static Line Parachute Jumps will consist of day slick jumps and day combat equipment jumps from ramp exit aircraft. In addition, the contractor shall provide practical tests during the course including Parachute Landing Falls, Swing Land Trainer and performance conducted during Parachute jump operations. The number of parachute jumps a student shall receive is 5 for the Static-Line course. The contractor shall provide instruction to 70 students, six times per year; time line for courses is at the discretion of NSW Center. b. Free Fall : The Contractor shall provide parachute training within 400 miles of the Naval Amphibious Base (NAB) Coronado located at Guadalcanal Road, San Diego, CA, 92155. The training consists of inspection/packing of the MT2-XX parachute, donning and wearing of all associated air operations gear, knowing and responding to all Military Free Fall Parachute Jump Procedures, Aircraft Procedures, Body Stabilization, Canopy Control and Landing Procedures, Emergency Procedures. Military Free Fall Parachute Jumps will consist of USPA AFF Level Jumps and other advanced jumps to include grouping jumps, night slick jumps, night oxygen jumps, and night combat equipment jumps from ramp exit aircraft. In addition, the contractor shall provide practical tests during the course, an Oxygen class, and a grouping class on High Altitude Low Opening (HALO) and High Altitude High Opening (HAHO), including related equipment instruction. The number of parachute jumps a student shall receive is approximately 25 to 30 for the Free Fall course. The contractor shall provide instruction to 70 students, eight times per year; time line for courses is at the discretion of NSW Center. c. Instructors shall be subject to pre-employment screenings as part of the application process. Contractor shall provide fully accredited subject matter experts to support the Static Line ( A-431-0135) and Free fall course ( A-431-0136) Courses. Contractor shall be responsible for executing NPC instruction in classroom, and drop zone activities and evaluate students' duty performance and certify their competence. Contractor must possess high personal standards of technical knowledge & professional competence in delivering training material. Contractors must be US Citizen or have a valid nationalized Identification. 3. A full and open, best value source selection under FAR Part 15 will be conducted whic will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Anticipated a one year base ordering period and four option year ordering periods. The Government anticipates contract award in 2 nd Quarter FY 2015. 4. If, in response to this notice, the Agency receives information that there are two or more small businesses capable of providing the service, it reserves the right to set aside the procurement. Any reply must have the contractor's CAGE, DUNS, and the location of their facility. 5. Any small business responses should include a narrative identifying the scope of past and present (within the last 3 years) relevant experience on similar contracts, indicating if it was in the U.S.A. or in foreign country (include dollar value, complexity and point of contact), a description of capabilities to perform the subject effort. For purposes of reporting business size, the applicable North American Industry Classification Systems (NAICS) Code for this requirement is 611699 with a size standard of $10 million. Brevity of extraneous information is desired. 6. Any response or any other questions should be sent via e-mail to matthew.morelewski@navsoc.socom.mil. Small business responses are requested by 7 Jul 2014. 7. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for the information received. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-14-R-0015/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03388844-W 20140611/140609234106-e1c56ed1996382f208390ba40bc8868f (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.