The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 effective 13 SEP 2012.
This procurement is set aside for service disabled veteran owned small business and the associated North American Industrial Classification Code (NAICS) 541990 with a business size standard of $7.0 million applies to this procurement. The DPAS rating for this procurement is DO-S10.
All responsible sources may submit a quote which shall be considered by the agency.
Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following:
Section B: Schedule of Supplies/Services
CLIN 0001 Rigging Services (10/12) The contractor shall provide quality assurance and rigging services for the period of 09 -26 Oct in accordance with solicitation H92244-13-T-0009 and the attached statement of work Qty: 3 Unit of Issue: Week
OPTION CLIN 1001 Rigging Services (02/13) The contractor shall provide quality assurance and rigging services for the period of 19 Feb - 08 Mar 2013 in accordance with solicitation H92244-13-T-0009 and the attached statement of work Qty: 3 Unit of Issue: Week FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION
OPTION CLIN 2001 Rigging Services (4/13) The contractor shall provide quality assurance and rigging services for the period of 6-24 May 2013 in accordance with solicitation H92244-13-T-0009 and the attached statement of work Qty: 3 Unit of Issue: Week FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION
OPTION CLIN 3001 Rigging Services (07/13) The contractor shall provide quality assurance and rigging services for the period of 10-28 June 2013 in accordance with solicitation H92244-13-T-0009 and the attached statement of work Qty: 3 Unit of Issue: Week FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION
OPTION CLIN 4001 Rigging Services (08/13) The contractor shall provide quality assurance and rigging services for the period of 12 Aug - 6 Sept 2013 in accordance with solicitation H92244-13-T-0009 and the attached statement of work Qty: 4 Unit of Issue: Week FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS OPTION
Period of Performance: The periods of performance listed above are subject to change; however prospective contractors must be available during these dates.
The contractor's quote shall include a breakout of travel expenses in accordance with the JTR (PER DIEM, LODGING, TRANSPORTATION, ETC.).
The contractor must provide a parachute rigger with extensive knowledge of the packing procedures and proven methods required as demonstrated in actual performance of mission requirements. The contract riggers and curriculum must all comply with the parameters specified in the Joint Basic Military Free Fall and Joint Military Tandem Tethered Bundle. Due to the security requirements of the work site the contractor's personnel must be able to obtain and hold a secret clearance. The contract rigger must meet the following requirements:
- Rigger must be a current FAA Senior/Master Parachute Rigger.
- Rigger must be a graduate of a U.S. Army Parachute Rigger School with training on the maintenance, packing, and rigging of DOD parachutes and airdrop equipment.
- Rigger must have extensive knowledge and experience in the assembly, packing and repair of the MJN-1 Personal Parachute and SOV3 Tandem Parachute Systems.
- Rigger must have an extensive knowledge of packing and assembly techniques of the military tandem bundle system (MTTB).
- Rigger must be certified as a Cypres AAD Technician through SSK Industries, Inc.
- The rigger must have demonstrated consistent and recent Air Operations parachute rigging instruction with the United States Military Special Operations Forces.
The riggers duties include but are not limited to the following:
- Assist military riggers in the sustainment of military parachute rigs.
- Perform ram-air canopy maintenance and repair.
- Perform quality assurance checks.
- Provide basic, intermediate, and advanced packing instructions and procedures.
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 52.204-99 System for Award Management Registration (DEVIATION) Aug 2012
FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010
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 52.212-4 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 52.217-5 Evaluation of Options Jul 1990
FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item Mar 1989
FAR 52.219-27 Notice of Total Service -Disabled Veteran Owned Small Business Set-Aside May 2004
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 52.222-50 Combating Trafficking in Persons Feb 2009
FAR 52.222-40 Notification of Employee Rights Under the National Labor
Relations Act (DEV) Dec 2010
FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011
FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003
FAR 52.232-36 Payment by Third Party Feb 2010
FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984 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
FAR 52.249-8 F.o.b. Destination
Default (Fixed Price Supply & Services) Nov 1991
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 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Oct 2011
DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009
DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May 2002
SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007
SOFARS 5652.204-9004 Foreign Persons Jan 2006
SOFARS 5652.233-9000 Independent Review of Agency Protests Jan 2011
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)
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 Competence, Schedule, Past Performance, and price. The contractor shall provide three recent (within the last 3 years) relevant past performance references. Government will award this contract based on best value to the government.
(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 I Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Nov 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
FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984)
Funds are not presently available for this contract. The government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the government for any payment may arise until funds are made available to the contracting officer for this contract and until the contractor received notice of such availability, to be confirmed by the contracting officer.
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 Ana Downes, telephone (757) 862-9465.
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:
Tina Ford Contract Specialist
1636 Regulus Avenue, Virginia Beach, VA
Phone: 757-862-9468
Fax: 757-862-0809
Email address: [email protected]
SOFARS 5652.232-9003 Paying Office Instructions (2005)
(a) The Primary Contracting Office Payment Point of Contract for this contract is: Anthony Witherspoon, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; [email protected], Phone (757)862-9474 or Constance Hayes, NSWDG, 1636 Regulus Avenue, BLDG 302, Virginia Beach, VA 23461; [email protected], Phone (757)862-9475
(b) Payment will be made by the office designated in Block 12 of Standard Form 26, Block 25 on Standard Form 33, Block 15 on DD Form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office
All responsible sources may submit a quote which shall be considered by the agency. Quotes must be received no later than 08:00 a.m. Eastern Standard Time (EST) on Monday, October 08, 2012. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. 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 System for Award Management Registration (SAM.gov) to be considered for award.
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