Federal Bid

Last Updated on 23 Sep 2004 at 5 AM
Combined Synopsis/Solicitation
Virginia beach Virginia

U -- Basic to Advance Parachute Training

Solicitation ID H92244-04-Q-0082
Posted Date 18 Aug 2004 at 5 AM
Archive Date 23 Sep 2004 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 Virginia beach Virginia United states 23461
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 Basic to Advance Parachute Training – United States Parachute Association Accelerated Freefall Jump Master Capable of Providing the Following: Re-certifying accelerated freefall instructors whose qualifications have lapsed. Update accelerated freefall (AFF) instructors on current AFF techniques and procedures. Update and evaluate basic course curriculum, ensuring latest changes are incorporated into the curriculum. Contractor must be a current USPA AFFJM course director for the following reasons: Re-certifying NSWDG AFF instructors whose qualifications have lapsed (yearly requirement to teach AFF) prior to basic MFF COI’s; Updating AFF instructors on current AFF techniques and procedures; Updating and evaluating basic course curriculum, ensuring NSWDG incorporates latest changes keeping the course operating well above standards; Focal point for students with problems that need special assistance insuring an improved chance for success. Conduct AFFJM certification courses for certifying NSWDG personnel as AFF instructors. Conduct USPA coaches course, for certifying NSWDG personnel as USPA coaches. Contractor shall be familiar with NSWDG basic military course curriculum, airborne operations, policies and procedures. Contractor shall be familiar with all NSWDG parachuting and ancillary equipment used during JBMFF and AFFI Certification COI’s. Freefall Cameraman shall be capable of providing on the spot feedback to instructors, students and cameraman enhancing their capabilities and success. Contractor shall jump from military aircraft. Contractor shall be authorized to jump NSWDG’s military non-standard equipment. Contractor shall be available to NSWDG for 12 weeks (not concurrent) during the contract period to accommodate all courses of instruction, command air operations and training. This Request for Quotation (RFQ) H92244-04-Q-0082 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This solicitation document is being issued as a 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24, effective 18 June 2004. North American Industrial Classification Standard (NAICS) 611699 applies to this procurement. FOB point is NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. Periods of performance to be specified on individual delivery orders. Funding will be provided with individual delivery orders. The following provisions and clauses apply to this acquisition: The provision at 52.212-1 Instructions to Offerors – Commercial Items (Jan 2004) applies to this acquisition. The provision at 52.212-2 Evaluation – Commercial Items (Jan 1999) applies. A copy of this clause can be found at: http://www.arnet.gov/far. 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 based on best value determination as a result of lowest evaluated price whose proposal meets the government’s required specifications. The provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (May 2004), and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (October 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial (June 2004), FAR 52.232-33, Payment by Electronic Funds Transfer (October 2003) applies, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items (June 2004) applies. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (April 2003) apply; and DFARS 252.211-7003 Item Identification and Valuation (January 2004) applies. The DPAS rating for this order is DO. Quotations shall include the vendor’s Cage Code, Dun and Bradstreet Number (DUN) and Tax Identification Number (TIN). Should industry have questions, please contact Christine Anderson at [email protected]. Quotations should be on company letterhead in company format and must be sent to the attention of Christine Anderson at [email protected] or fax to (757) 492-7954. Quotes are required to be received no later than 12:00pm EST, 6 September 2004. The prospective offeror must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
Bid Protests Not Available

Similar Past Bids

Virginia beach Virginia 18 Aug 2004 at 5 AM
Location Unknown 20 Sep 2002 at 5 AM
Location Unknown 20 Sep 2005 at 5 AM
Location Unknown 09 Aug 2006 at 4 AM
Virginia beach Virginia 18 Jan 2005 at 5 AM

Similar Opportunities

Enid Oklahoma 07 Aug 2025 at 4 PM
Enid Oklahoma 07 Aug 2025 at 4 PM
Enid Oklahoma 07 Aug 2025 at 4 PM
Enid Oklahoma 07 Aug 2025 at 4 PM
Austin Texas 17 Jul 2025 at 7 PM