Federal Bid

Last Updated on 20 Aug 2009 at 8 AM
Combined Synopsis/Solicitation
Parachute Colorado

Factory Representatives for Performance Design Ram-Air Canopies and Video and Still In-Air Photography Support

Solicitation ID H92244-09-T-0278
Posted Date 24 Jul 2009 at 3 PM
Archive Date 20 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Spec Warfare Development Grp
Agency Department Of Defense
Location Parachute Colorado United states

 

This is a combined synopsis/solicitation 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 issued as a Request for Quote (RFQ); the solicitation number is H92244-09-T-0278, 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) 2005-33 effective 15 July 2009.   The North American Industrial Classification Code (NAICS) 611699 with a business size standard of $7.0 million applies to this procurement.  This procurement is Unrestricted.  The DPAS rating for this procurement is DO-S10.

SECTION B SCHEDULE OF SUPPLIES AND SERVICES

Contract Line Item Number (CLIN) 0001 Factory Representatives for Performance Design Ram-Air Canopies and Video and Still In-Air Photography Support Services.  Quantity 2 Weeks

CLIN 1001 OPTION Factory Representatives for Performance Design Ram-Air Canopies and Video and Still In-Air Photography Support Services.  Quantity 2 Weeks

CLIN 2001 OPTION Factory Representatives for Performance Design Ram-Air Canopies and Video and Still In-Air Photography Support Services.  Quantity 2 Weeks

CLIN 3001 OPTION Factory Representatives for Performance Design Ram-Air Canopies and Video and Still In-Air Photography Support Services.  Quantity 2 Weeks

SECTION C SPECIFICATIONS

  1. Vendor must be able to provide Two (2) Canopy Instructors capable of training 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. Training location is Marana, Arizona.
  6. Training dates for Clin 0001 are 16-29 August 2009.  Training dates for CLINs 1001 through 1003 "to be determined".

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)

52.209-6                                Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006)

52.211-14             Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008)

52.212-1                                Instructions to Offerors - Commercial Items (Jun 2008)

52.212-3                                Offeror Representations and Certifications - Commercial Items (Jul 2009)

52.212-4                                Contract  Terms and Conditions - Commercial Items (Mar 2009)

52.212-5 (Dev)     Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) (Jan 2009)

52.217-5                                Evaluation of Options (Jul 1990)

52.217-6                Option for Increased Quantity (Mar 1989)

52.222-3                                Convict Labor (Jun 2003)

52.222-21             Prohibition of Segregated Facilities (Feb 1999)

52.222-26             Equal Opportunity (Mar 2007)

52.222-35 Alt I     Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) Alternate I

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)

52.232-23             Assignment of Claims (Jan 1986)

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)

52.233-3                                Protest After Award (Jul 2002)

52.244-6                                Subcontracts for Commercial Items (Dec 2008)

52.246-4                                Inspection of Services - Fixed Price (Aug 1996)

252.204-7004      Alterna te A, Central Contractor Registration (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      Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Jan 2009)

252.225-7001      Buy American Act and Balance of Payments Program (Jan 2009)

252.225-7012      Reference 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      Transportation of Supplies by Sea (May 2002)

 

SOFARS CLAUSES INCORPORATED BY REFERENCE:

5652.237-9000 Contractor Personnel Changes (1998)

CLAUSES INCORPORATED BY FULL TEXT:

52.212-2                                Evaluation - Commercial Items (Jan 1999)

(a)  The Government will award a contract resulting from this solicitation to the responsible offer 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:    Technical Capability, Past Performance and Price

Technical capability, past performance and price when combined, are relatively equal.  Award will be made based on best value determination to the government.

(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.

SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of the contract shall constitute a change under the Changes clause in Section I.  In the event the Contract or effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof.  The name, address and telephone number of the Contracting Officer is Ana Downes, 1636  Regulus Avenue, Virginia Beach, Virginia 23461-2299; phone (757) 893-2722.

SOFARS 5652.204-9004 Foreign Persons (2006)

In accordance with restrictions required by Executive Order 12470, the Arms  Export Control Act (Title 22, USC)(Sec 275), the International Traffic in Arms Regulation (ITAR), DoD Directive 5230.25, Withholding of Unclassified Technical Da ta from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information from all foreign persons who wil be working on the contract (or "X" here if there are no such individuals:___):

•1.        Full Name:

•2.       Date of Birth:

•3.       Place of Birth:

•4.       Nationality:

•5.       Social Security Number:

•6.       Visa Status:

•7.       Current Address:

•8.       If a Subcontractor, Subcontractor Name and Address:

•9.       Biographic Data  and/or Resume:

SOFARS 5652.233-9000     Independent  Review of Agency Protests (2009)

All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d)(4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636  Regulus Avenue, Virginia Beach, Virginia, 23461-2299, Fax (757) 893-2957.

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 not be conducted unless it is deemed necessary by the Contracting Officer.  Questions shall be sent to Christine Anderson at [email protected].  Quotes must be received no later than 12:00 p.m. Eastern Standard Time (EST) on 5 August 2009.  The offeror agrees to hold its prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes.  Quotes shall be emailed to Christine Anderson. 

Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements .  You must clearly identify how your quote meets all of the solicitation requirements.

 

Bid Protests Not Available