Federal Bid

Last Updated on 28 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

USPA AFFI COURSE DIRECTOR AND EVALUATOR

Solicitation ID H92244-12-T-0008
Posted Date 07 Oct 2011 at 1 PM
Archive Date 28 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
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-0008, 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 2005-53 effective 4 Aug ‘11.

This procurement is unrestricted and the associated North American Industry Classification System (NAICS) code is 611620 with a business size standard of $7.0 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 USPA AFFI Course Director and Evaluator - See Section C Specifications
Qty - 1 lump sum

Period of Performances :
24 Oct'11 - 28 Oct '11 - One (1) Instructor for five (5) days
31 Oct'11 - 4 Nov'11 - Three (3) Instructors for five (5) days
7 Nov'11 - 11 Nov'11 - Three (3) Instructors for five (5) days

Place of Performance Marana , Arizona

Section C Specifications

1. Instructors must be certified as a United States Parachute Association (USPA) Accelerated Free Fall Instructor (AFFI) Examiner, or as a USPA Accelerated Free Fall Instructor Evaluator
2. Instructors must hold a current USPA AFFI rating
3. Instructors must be certified as a Military Free Fall Jump Master
4. Instructors must have worked at a Joint (closed) Military Free Fall Course in the previous eighteen months
5. Instructors must have demonstrated a positive past performance with Special Operations Forces (SOF) personnel, as well as a thorough working knowledge for the curriculum of the Joint (closed) Basic Military Free Fall Course
6. Instructors must be able to make 12 jumps per day
7. Instructors must be able to work 12 hours per day

Following Clauses and Provision applies to this procurement.
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 52.204-7 Central Contractor Registration Apr 2008
FAR 52-209-1 Qualifications Requirements Feb 1995
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 52.212-1 Instructions to Offerors - Commercial Items Sep 2006
FAR 52.212-3 Offeror Representations and Certifications Commercial Items May 2011
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 52.222-3 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans Sep 2006
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 52.233-1 Alt I Disputes - Alternate 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 52.237-7 Indemnification and Medical Liability Insurance Jan 1997
FAR 52-242-13 Bankruptcy Jul 1995
FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) (Services) Aug 1987
FAR 52.246-25 Limitation of Liability 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 Alt 1 Item Identification and Valuation - Alternate I Aug 2008
DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jun 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 Jan 2009
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 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 Jan 2009
SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998

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. 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 it's depth and it's 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 May 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

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 13 Oct 2011. 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

Similar Opportunities