Federal Bid

Last Updated on 11 Mar 2009 at 8 AM
Combined Synopsis/Solicitation
Parachute Colorado

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

Solicitation ID H92244-09-T-0105
Posted Date 23 Feb 2009 at 5 PM
Archive Date 11 Mar 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 Parachute Colorado United states

The purpose of this amendment is to restructure Section B of the solicitation.

 

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); solicitation number is H92244-09-T-0105, 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 19 January 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 100% small business set-aside.  The DPAS rating for this procurement is DO-S10.

 

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 Factory Representatives for Performance Design Ram-Air Canopies and Video and Still In-Air Photography Support Services, Quantity 2 Persons

PURCHASE REQUEST NUMBER: V4789890092027

 

  Section C Specifications

 

  1. The vendor must be able to provide two 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 are 1-14 March 2009.

 

 

INSPECTION AND ACCEPTANCE TERMS

 

Supplies/services will be inspected/accepted at:

 

CLIN

INSPECT AT

INSPECT BY

ACCEPT AT

ACCEPT BY

0001

U.S. SPECIAL OPERATIONS COMMAND

21514 EAST KODIAK DRIVE

MARANA AZ 85653

Government

U.S. SPECIAL OPERATIONS COMMAND

21514 EAST KODIAK DRIVE

MARANA AZ 85653

Government

 

 

0002        SAME AS CLIN 0001                             Government           SAME AS CLIN 0001                            Government

 

DELIVERY INFORMATION

 

CLIN

DELIVERY DATE

QUANTITY

SHIP TO ADDRESS

UIC

 

 

 

 

 

0001

POP 01-MAR-2009 TO

14-MAR-2009

N/A

U.S. SPECIAL OPERATIONS COMMAND

21514 EAST KODIAK DRIVE

MARANA AZ 85653

520-682-3500

FOB:  Origin

DJJ048

 

0002        SAME AS CLIN 0001             N/A                            SAME AS CLIN 0001

 

 

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

 

52.211-15

Defense Priority And Allocation Requirements

APR 2008

 

52.212-1

Instructions to Offerors--Commercial Items

JUN 2008

 

52.212-3

Offeror Representations and Certification--Commercial Items

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

 

52.222-3

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

DEC 2001

 

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

 

52.233-1

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

 

252.225-7001

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

 

 

 

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 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:

 

Technical Capability

Past Performance

Price

 

 

 

Technical capability, past performance, and price when combined, are comparatively equal.  

 

(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. 

 

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 14 February 2009.  The offeror agrees to hold its prices in its quote firm for 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