Federal Bid

Last Updated on 25 Feb 2009 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Advanced Canopy Control Course of Instruction

Solicitation ID H92244-09-T-0101
Posted Date 27 Jan 2009 at 3 PM
Archive Date 25 Feb 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Naval Spec Warfare Development Grp
Agency Department Of Defense
Location United states

 

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

  1. 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.
  2. 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.
  3. Vendor must be able to provide in-air radio communications between all personnel.
  4. Vendor must be able to provide video of training jumps for debrief purposes upon completion of course.
  5. Vendor must be able to provide parachute packing services for all personnel.
  6. Vendor must be able to provide aircraft jump tickets for all personnel.
  7. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger license. 
  8. Training location is Deland, Florida.
  9. 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 [email protected], 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.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 18 Dec 2008 at 1 PM
Location Unknown 07 Jan 2009 at 3 PM
Location Unknown 24 Nov 2008 at 6 PM
Location Unknown 08 Dec 2008 at 1 PM

Similar Opportunities

Austin Texas 17 Jul 2025 at 7 PM
New york 25 Aug 2045 at 5 AM