Federal Bid

Last Updated on 06 Dec 2007 at 5 AM
Combined Synopsis/Solicitation
Deland Florida

69 -- Canopy Instructor Course of Instruction

Solicitation ID H92244-08-T-0024
Posted Date 14 Nov 2007 at 5 AM
Archive Date 06 Dec 2007 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 Deland Florida United states 32724
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; proposals are being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-08-T-0024, 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) 2005-20 effective 6 September 2007. The North American Industrial Classification Code (NAICS) 611699 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-C9. 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 Instructor Course of Instruction QUANTITY 12 PERSONS CLIN 0002 Camera Man QUANTITY 1 PERSON CLIN 0003 Parachute Packing Services It is estimated that 204 pack jobs per day x 5 days for a total of 1020 pack jobs is required. QUANTITY 1020 EACH CLIN 0004 Aircraft Jump Tickets for Personnel It is estimated that 204 lift tickets per day for 5 days is required for a total of 1020 lift tickets QUANTITY 1020 EACH CLIN 0005 Travel QUANTITY 1 LOT Section C Specifications 1. Vendor must be able to provide five (5) Canopy Instructors capable of training twelve (12) military personnel as Canopy Instructors for Performance Designs 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 an Federal Aviation Administration (FAA) Senior Rigger License 8. Training location is SkyDive Deland, Deland, Florida 9. Training Dates are 26 November 2007 through 1 December 2007 NOTE: SUBJECT TO AVAILABILITY: 52.232-19 Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond 16 November 2007. The Government?s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be mae. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 16 November 2007, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (Jul 2004) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.203-8 Cancellation, Recission and Recovery of Funds for Illegal or Improper Activity (Jan 1997) FAR 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) FAR 52.211-15 Defense Priority and Allocation Requirements (Sep 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sep 2007) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 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) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.232-17 Interest (Jun 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (May 1999) FAR 52.233-1 Disputes (Jul 2002) FAR 52.244-6 Subcontracts for Commercial Items (Mar 2007) FAR 52.246-4 Inspection of Services ? Fixed Price (Aug 1996) DFARS 252.204-7004 Central Contractor Registration (Sep 2007) Alt A DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) (Deviation) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (Jan 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 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 competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. The Government will award this contract based on best value to the government. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options for 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 of 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 Offeror Representations and Certifications Commercial Items (SEP 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) 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) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) 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 Betty Conner, telephone (757) 893-2713. 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 to the following point of contact is Leigh Walker at [email protected]. Questions will be accepted until 19 November 2007. Questions and responses will be posted on FedBizOpps on 20 November 2007. Quotes must be received no later than 12:00 p.m. Eastern Standard Time (EST) on 21 November 2007. The offeror agrees to hold the prices in its quote firm for 90 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: Leigh Walker, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. 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.
Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Port angeles Washington 26 Jul 2025 at 12 AM
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)