Federal Bid

Last Updated on 15 Sep 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

RIGGING , FREEFALL & TUNNEL COACHING SERVICES

Solicitation ID H92244-11-T-0233
Posted Date 11 Aug 2011 at 5 PM
Archive Date 15 Sep 2011 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 in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0233, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 Aug‘11.
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7 million. The DPAS rating for this procurement is DO-S10
The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:

Section B Schedule of Supplies and Services

CLIN 0001 Parachute Rigging Services. 7 Riggers for 4 days from 12 Sept - 15 Sept and 4 Riggers for1 day, 16 Sept Qty - 32 days

CLIN 0002 Freefall Intructors. 3 Freefall instructors for 5 days from 12 Sept - 16 Sept Qty - 15 days

CLIN 0003 Tunnel Coaches. Tunnel coaching from 12 Sept - 16 Sept Qty - 10 hours

Section C Additional Requirements

1. Parachute Rigging Services. Riggers must possess a current FAA Master Parachute Rigger
License. Master Rigger will oversee and conduct the packing of main parachutes for the
Parachute Tactical Training Facility (PTTF) Instructor Staff. Riggers must be familiar with all
NSWDG parachuting and ancillary equipment used during Joint Basic Military Free Fall
(JBMFF) and Joint Military Tandem Training Basic (JMTTB) courses. Riggers must be familiar
with NSWDG basic military course curriculum, airborne operation, policies and procedures.
Riggers must be able to accommodate short-notice changes to a training commitment underway
due to weather, aircraft or other issues demanding a schedule adjustment which could include
nights, mornings or weekends.

2. Freefall Instructors. Instructors must have demonstrated level of expertise which includes a minimum of two-thousand (2000) jumps teaching extreme altitude recovery (vertical free fall), or four-thousand (4000) jumps teaching belly flying. Instructors must be a current USPA member. Instructors must have five years experience training Special Operations Forces (SOF) personnel and must have performed instructor duties at a Joint Basic Military Free Fall (JMFF) Course. Instructors must have high degree of proficiency in air to air video utilizing belly and free fly techniques. Instructors must be able to do back up jump (up to 10 jumps per day) amd must have at least 1,000 AFFI jumps.
3. Tunnel Coaching. Tunnel coaches shall enable students to develop a better/more stable body position and help develo p air skills such as movement forward, reverse, side to side, turning, and rotation. Students will also become proficient in advanced air body position allowing them to use their hands during freefall (unlike the standard box man body position) and progress into higher air qualifications. The coaches will be able to see bad habits and fix them in order to avoid malfunctions due to bad body positions, poor pull sequences, or bad exits from the aircraft.

4. The course shall be taught at an average of eight (8) hours per day Monday through Friday with weekends and holidays as weather make-up days with operations occurring at any time of the day or night.

5. Place of Performance: Parachute Tactical Training Facility, Marana, Arizona and Skydive Arizona, Eloy, Arizona

6. Instructors must be willing to undergo drug-screening.

7. Instructors must be USPA AFF examiners and USPA Designated Evaluators.

8. All vendors must provide a drug-free work environment through periodic, random urinalysis. The results of the analysis must be available to NSWDG.

9. Contractor must have positive past performance with other units, government agencies.

Following Clauses and Provision applies to this procurement.
CLAUSES INCORPORATED BY REFERENCE

FAR 52.202-1 Definitions Jul 2004
FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006
FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997
FAR 52.204-7 Central Contractor Registration Apr 2008
FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008
FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008
FAR 52.212-1 Instructions to Offerors - Commercial Items Sep 2006
FAR 52.212-3 Offeror Representations and Certifications Commercial Items May 2011
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jun 2010
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
(Deviation) Aug 2011
FAR 52.219-6 Notice of Total Small Business Set-Aside Jun 2003
FAR 52.219-8 Utilization of Small Business Concerns (over 150K) Jan 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010
FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006
FAR 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-36 Payment by Third Party Feb 2010
FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) (Services) Aug 1987
FAR 52.246-25 Limitation of Liability - Services Feb 1997
FAR 52.247-29 F.o.b. Origin Feb 2006
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992
DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007
DFARS 252.211-7003 Alt 1 Item Identification and Valuation - Alternate I Aug 2008
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun 2011
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Jan 2009
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2009
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil

All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov


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 in descending order of importance: Technical ability to meet statement of work, past performance and price. Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of it's depth and it's relevance to the work that will be required under the prospective contract.

(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.

FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 May 2011
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989
FAR 52.252-2 Clauses Incorporated By Reference Feb 1998
FAR 52.252-5 Authorized Deviations in Provisions Apr 1984
FAR 52.252-6 Authorized Deviations in Clauses Apr 1984

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

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the 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 this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other 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 address and telephone number of the Contracting Officer is Christine Anderson (757) 893-2715.

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

All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. 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 by email the following point of contact: Jo Ocampo, Contract Specialist; Email address: [email protected]

Quotes must be received no later than 04:00 PM. Eastern Standard Time (EST) on 31 Aug'11. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 45 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn Jo Ocampo, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299

Point of Contact for this solicitation is Jo Ocampo at [email protected] or phone (757) 893-2797 or fax to (757) 893-2957.

Bid Protests Not Available

Similar Past Bids

Lackland air force base Texas 15 Mar 2011 at 9 PM
Location Unknown 18 Jan 2017 at 8 PM
Davis West virginia 04 Sep 2014 at 4 PM
Mcchord air force base Washington 15 Jun 2021 at 9 PM
Location Unknown 06 Mar 2012 at 10 PM

Similar Opportunities