Federal Bid

Last Updated on 06 Jul 2010 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Accelerated Free Fall (AFF) Instructors

Solicitation ID H92244-10-T-0192
Posted Date 14 Jun 2010 at 7 PM
Archive Date 06 Jul 2010 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 prepared 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0192. 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 (FAC) 2005-41 effective 13 May 2010. North American Industrial Classification Code (NAICS) 611699 with a standard business size 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.

SECTION B

CLIN LINE ITEM NUMBER (CLIN) 0001 - Six (6) Accelerated Free Fall (AFF) Instructors from 16 August - 27 August 2010. Location: Marana, AZ, Quantity: 12 days.
FFP

CLIN LINE ITEM NUMBER (CLIN) 0002 - Travel Costs for CLIN 0001.

Section C - Specifications

Accelerated Free Fall (AFF) Instructors in support of Military Free Fall (MFF) Skydive Training (from beginning level to certified military free fall parachutist). The course shall be taught at an average of eight (8) hours per day Monday through Friday with weekends as make-up days with operations occurring at any time of the day or night.

Accelerated Free Fall Instructors (AFF) must meet the following criteria:

Instructors must be able to show proof of the following ratings:

Static Line Parachutist
Static Line Jump Master (SLJM)
Military Free Fall Parachutist
Military Free Fall Jump Master (MFFJM)
Military Free Fall Instructor for United States Parachutist Association (USPA)
Accelerated Free Fall
Instructors must be a current USPA member
Instructors must be willing to undergo drug-screening
Instructors must have performed instructor duties at a Joint Basic Military Free
Fall (JMFF) Course

Instructors must have five years experience training Special Operation Force (SOF) personnel.

Instructors must have USPA AFFI and or USPA Tandem rating.

Instructors must have at least 1,000 AFFI jumps.

Instructors must have a 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).

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

 

CLAUSES

CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions (JUL 2004)
FAR 52.203-3 Gratuities (APR 1984)
FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP
2006) - Alternate I (OCT 1995)
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 52.209-6 Protecting the Government's Interest when Subcontracting with
Contractors Debarred, Suspended or Proposed for Debarment (SEP
2006)
FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency
Preparedness, and Energy Program Use (APR 2008)
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (AUG
2009)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items (DEC 2009) (DEVIATION)
FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)
FAR 52.222-3 Convict Labor (JUN 2003)
FAR 52.222-19 Child Labor Law-- r Law - Cooperation with Authorities and Remedies (FEB 2008) 2008)
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 (JUN 1998)
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 52.222-50 Combating Trafficking of Persons (FEB 2009)
FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration
(OCT 2003)
FAR 52.233-1 Alt I Disputes (DEC 1991)
FAR 52.233-3 Protest After Award (AUG 1996)
FAR 52.242-13 Bankruptcy (JUL 1995)
FAR 52.243-1 Alt I Changes - Fixed Price Alt I (APR 1984)
FAR 52.246-25 Limitation of Liability - Services (FEB 1997)
FAR 52.249-8 Default (Fixed Price Supply & Services) (APR 1984)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
FAR 52.252-5 Authorized Deviations in Provisions (APR 1984)
FAR 52.253-1 Computer Generated Forms (JUN 1991)
DFARS 252.204-7000 Disclosure of Information (DEC 1991)
DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (NOV 2009)
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
(JAN 2009)
DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008)
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 Alt III (AUG 2002)
SOFARS 5652.204-9000 Individual Authorized to Sign (2003)
SOFARS 5652.233-9000 Independent Review of Agency Protests (2009)
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, in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. 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 its depth and its 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.


DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-
COMMERCIAL ITEMS (JUN 2005)

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, telephone (757) 893-2715, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299.

SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H
(NOV 2007)

SOFARS 5652.204-9004 Foreign Persons (JAN 2006)

SOFARS 5652.215-9016 Technical and Contractual Questions Concerning
This Solicitation (JAN 2000)

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:

Ana Downes, Contract Specialist;
1636 Regulus Avenue, Virginia Beach, VA
Phone: 757-893-2722
Fax: 757-893-2957
Email address: [email protected].

SOFARS 5652.232-9003 Paying Office Instructions (2005)

(a) The Primary Contracting Office Point of Contact for this contract is:
Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, Bldg. 302, Virginia Beach, VA 23461; [email protected], Phone (757) 893-2720 or Connie Hayes, NSWDG, 1636 Regulus Avenue, Bldg. 302, Virginia Beach, VA 23461; [email protected], Phone (757) 893-2717.

(b) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD form 1155, Block 18a on the Standard From 1449 or otherwise designated paying office.

All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be received no later than 08:00 a.m. Eastern Standard Time (EST) on 21 June 2010. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes.

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

Similar Past Bids

Location Unknown 03 Aug 2012 at 6 PM
Kodiak Alaska 14 Oct 2008 at 3 PM
Location Unknown 28 Oct 2016 at 2 PM
Location Unknown 22 Nov 2013 at 2 PM
Robbins North carolina 29 Jan 2014 at 7 PM

Similar Opportunities

Location Unknown 08 Jul 2025 at 8 PM
Location Unknown 14 Jan 2026 at 12 AM
Location Unknown 23 Jul 2025 at 4 AM (estimated)