Federal Bid

Last Updated on 21 Jul 2012 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Training COI

Solicitation ID H92244-12-T-0211
Posted Date 16 Jun 2012 at 4 PM
Archive Date 21 Jul 2012 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 H92244-12-T-0211, 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 2005-58 effective 18 May ‘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 Canopy Course Instruction. Contractor shall provide Canopy Course Instruction for eight (8) students. Contractor shall provide a minimum student to contractor ratio of 2:1 for five (5) days to train and instruct NSWDG personnel in order to greatly enhance comfort ability, precision and accuracy in both solo and group canopy air to air formations and landing patterns to further increase effectiveness. All instructors must have prior experience with Special Operations Forces (SOF) in Canopy instruction. Contractor must be able to provide video footage upon completion of course for debrief purposes. Contractor must be able to provide lift tickets for all personnel. Contractor must be able to provide facility for course instruction. Parachute packers must hold a Federal Aviation Administration (FAA) Senior Rigger License. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation."

SLIN 0001AA Canopy Course of Instruction for eight (8) personnel in the month of July. Four (4) instructors for five (5) days of training. Qty - 1 lump sum
SLIN 0001AB Lift Tickets Qty - 500 ea

SLIN 0001AC Ground Video Services Qty - 3 days

SLIN 0001AD Parachute Packing Services Qty -500 ea

SLIN 0001AE Other routine expenses for facilities, travel, etc. (The contractor shall provide a detailed cost breakdown). Qty - 1 lot

Place of Performance: Contractor's Facility
Period of Performance: To be determined

Section C Requirements

• Instructors must provide a comprehensive course of instruction on canopy control to include the following topics:
o Patterned Flight
o Two-staged flare technique
o Braked approaches
o Flat turns
o Stall recovery
o Advanced accuracy
o No-contact proximity flight
• Instructors must be able to teach, demonstrate, debrief and mentor all aspects of Canopy Control for military free fall parachuting
• Instructors must be familiar with Ram-Air canopies of Performance Designs and the Javelin Odyssey harness-container and all ancillary equipment in order to identify any potential safety issues with the rigging thereof.
• Instructors must hold United States Parachutes Association (USPA) licenses and USPA Professional Exhibition Ratings.
• Instructors must have demonstrated positive past performance with other Special Operations Command units in this capacity and have reported that all training has met or exceeded expectations
• Instructors must be current Performance Design Canopy Coach and Canopy Pilot and must specialize in Performance Design Canopy systems.
• Vendor must provide 2 way air-to-air communications equipment for all parachutists and be able to provide real-time feedback of performance debriefs while descending under a Ram-Air parachute.
• Vendor must provide video footage upon completion of course for debrief purposes
• Vendor must provide past experience with similar type of training with Special Operations Forces personnel
• Vendor must provide instructors with minimum of USPA "D" license PRO rating and current USPA membership.

The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation.

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

FAR 52.202-1 Definitions Jan 2012
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 Feb 2012
FAR 52-209-1 Qualifications Requirements Feb 1995
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 Nov 2011
FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012
FAR 52.212-3 Offeror Representations and Certifications Commercial Items Feb 2012
FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012
FAR 52.212-5
DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation) Mar 2012
FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012
FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
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 52.232-33 Payment by Electronic Funds Transfer-Central Oct 2003
Contractor Registration
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) Aug 1987
FAR 52.246-25 Limitation of Liability - Services Feb 1997
FAR 52.247-34 F.o.b. Destination Nov 1991
FAR 52.249-8 Default 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 Item Identification and Valuation Jun 2011
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012
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 Aug 2011
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

CLAUSES INCORPORATED BY FULL TEXT

Please note that due to character limitation 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 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 specifications, past performance and price. The contractor shall provide the training program details for evaluation and supporting documentation that the instructors meet the requirements of this RFQ . 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.

FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 Feb 2012
FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007
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, telephone (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 6 July 2012. 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

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Feb 2012 at 11 PM
Marana Arizona 14 Jul 2011 at 2 PM
Location Unknown 26 Feb 2011 at 7 PM
Utah 22 Feb 2012 at 9 PM
Arizona 10 Aug 2012 at 3 PM

Similar Opportunities

Puget sound Washington 07 Jul 2025 at 4 AM
Massachusetts 08 Aug 2025 at 4 PM
Pennsylvania 14 Jul 2025 at 4 AM (estimated)