Combine Solicitation – VERTICAL WIND TUNNEL TRAINING
Notice Type: Combine Solicitation
Posted Date:
Office Address: Other Defense Agencies; U.S. Special Operations Command; NAVSOC;
Subject: VERTICAL WIND TUNNEL TRAINING
Classification Code: U - Education & training services
Solicitation Number: H92240-15-T-0054
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): see scheduleVirginia Beach, VA
Place of Performance (zipcode): 23459
Place of Performance Country: US
Description: Other Defense Agencies
U.S. Special Operations Command
NAVSOC
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at far 13.5, 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.
This solicitation is set-aside 100% for small business per the following: NAICS code 611699 Small business size standard
Solicitation is issued as a request for quotation (RFQ). The agency intends to award a five year Indefinite Delivery Indefinite Quantity contract for services as defined in this RFQ.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, effective
Quotes are due
Quotes must be valid for 90 days. Email is the only acceptable method of submission. All quotes must be emailed with the RFQ Number in the subject line. Contractors are responsible for verifying receipt of their proposals to this office before quote due date and time.
The Performance Work Statement (PWS) will be distributed upon written request and only to interested vendors registered in SAM with the appropriate NAICS code. See 52.212-1 Addendum below for instructions.
Task Orders will be issued for future incoming wind tunnel needs upon contract award with the period of performance defined in each order. The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant contract.
52.203-3 Gratuities 52.204-9 Personal Identity Verification Of Contractor Personnel 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications Commercial Items Alt I 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.242-13 Bankruptcy
52.212-1 Instructions to Offerors-Commercial Items ADDENDUM (m) Quote Preparation and Submission Instructions. (1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than
(2) Comprehensive responses to the requirements of this Request for Quote (RFQ) are required to enable the Government to evaluate the Offeror's understanding of, capability and approaches to accomplish the stated requirements. Quotes shall be submitted in accordance with the instructions herein, and non-conformance with the specified required content may be cause for rejection of the quote. The quote shall be valid for no less than 90 days from the date of RFQ closing, a statement affirming this fact shall be included in the Introduction. The quote shall provide comprehensive responses to the areas provided for in this section. The quote shall be a complete response to the Attachment 1 Performance Work Statement and the requirements of this RFQ, taking into consideration required quantities and delivery schedules specified in this solicitation. The successful Offeror will be selected based on an evaluation of quotes as outlined in FAR 52.212-2, incorporated below.
(3) Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale in their quote.
(n) Quote Format And Content. Electronic quotes shall contain separate files for each volume. Individual emails shall not exceed 10 MB. The quote page format will be 8 1/2" x 11" except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17". A page is defined as one face of a sheet of paper containing information. Type shall not be less than 12 pitch. Elaborate formats or color presentations are not desired or required.
(1) INTRODUCTION : Complete business address of the Offeror, the corporate name to be used on any resultant contract, and the remittance address if different from that above. If this name does not identify a "parent company" or sponsoring "corporation" name, also provide such identity, as appropriate.
-- The Offeror's Commercial and Government Entity (CAGE) Code and Dun & Bradstreet (DUNs) Number.
-- Name, telephone numbers and e-mail address of person(s) to be contacted for clarification or questions to the quote.
-- Fill-In Clauses: provide all fill-ins or certifications required by the solicitation, for inclusion in any resulting contract.
-- Terms and Conditions: The Offeror must include a statement that it either (a) agrees to the terms and conditions of this solicitation (which consists of the entire RFQ, including all documents, exhibits, and other attachments that are incorporated therein by reference and made a part thereof) and any solicitation amendments; or (b) takes exceptions to any terms or conditions of the solicitation, and clearly identifies those exceptions. Exceptions to any of the terms and conditions of this RFQ may be considered by the Government to be unacceptable.
-- Specific Quote validity period.
(2) TECHNICAL: This section shall address the Offeror's technical capabilities to accomplish the work to by providing specific narrative details and/ or description of actual methods, processes and procedures for course as described in the Attachment 1- Performance Work Statement (PWS). General statements that the Offeror understands the problem and can or will comply with the requirements of the RFQ will be considered inadequate. Also, Offerors are cautioned not to simply rephrase or restate the government's requirements in the quote, but furnish convincing narratives describing "how" they intend to meet these requirements. Offeror must provide resumes for all key personnel designated in 5652.237-9001 and a Letter of intent for any personnel not currently employed by the offeror. The Offeror shall limit the Technical Section to 20 pages, exclusive of Resumes or Certificates.
(i) The Training Facility and Personnel qualifications will be evaluated to determine the Offeror's ability to meet material requirements of the RFQ. Quote must contain sufficient documentation to determine facility capabilities, as well as personnel capabilities. Detailed resumes are required for all instructors. (ii) Corporate Experience - offeror shall provide sufficiently detailed information for it to demonstrate that it has at least two years of recent experience (within the last three years) delivering the same or very similar services as required in this solicitation; and have resources available to enable the offeror to fulfill requirements.
(3) PRICE: The Offeror shall populate Attachment 1, to include fully burdened rates including profit. Prepopulated items in Attachment 2 are for sample purposes only, input actual rate information. There is no page limit to this volume. The government may require additional "other than cost and pricing data" prior to award.
(o) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall -- (1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of -- or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
(p) To be considered timely. E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for final quote submission. An E-mail quote that resides on a Government server, but has not appeared in the designated E-mail inbox by the due date and time for quote submission will be considered late in accordance with FAR 15.208(b). Therefore, it is incumbent upon the Offeror to ensure that its entire quote is received by the Agency by the designated due date. (End of provision)
52.212-2 Evaluation -- Commercial Items (
The following factors shall be used to evaluate quotes are in descending order of importance: Technical Capability: The offerors quote will be evaluated to determine whether it can meet or exceed the technical requirements of the PWS to include course content, facility and instructor capability. Corporate Experience: Offerors are expected to have at least two years of experience in providing the same or similar types of services to either a Government or Commercial entity, and will be evaluated on how well the information provided demonstrates its experience in providing the same or similar services. Price: The evaluated price will be determined using the estimated quantities in Attachment 2.
Technical Capability and Corporate Experience, when combined, are significantly more important than price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options, including the 52.217-8 Option to Extend Services period, 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.
(End of Provision) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-13 Contractor Code of Business Ethics and Conduct (
52.216-19 ORDER LIMITATIONS. (
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than
(b) Maximum order. The Contractor is not obligated to honor:
(1) Any order for a single item in excess of
(2) Any order for a combination of items in excess of
(3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
52.216-22 INDEFINITE QUANTITY. (
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum".
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last period of performance included in the last Task Order. (End of clause)
52.217-8 -- Option to Extend Services (
52.217-9 -- Option to Extend the Term of the Contract (
52.222-42 Statement Of Equivalent Rates For Federal Hires (
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits GS-1710-11
*Base salary, see http://www.opm.gov/policy-data-oversight/pay-leave/salaries-wages/2014/general-schedule/ for tables with information pertinent to location.
TBD based on proposed location
(End of clause)
52.233-2 Service Of Protest (
Ms.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
http://farsite.hill.af.mil/www.acq.osd.mil
(End of clause)
52.252-6 Authorized Deviations In Clauses (
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48
(End of clause)
The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the offeror they are to indicated in the submitted quote, there is no need to complete these provisions again for a this solicitation.
252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7000 Disclosure of Information 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alternate A, System For Award Management 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7002 Disclosure of Ownership or Control by a Foreign Government 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-212-7000 Offeror Representations and Certifications- Commercial Items 252.225-7000 Buy American-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Quantities 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea
252.209-7992 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-Oo0005) (
(a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
252.216-7006 ORDERING (
The following SOFARS provision and clauses apply to this acquisition: 5652.201-9002 Authorized Changes Only by Contracting Officer (
5652.204-9004 Foreign Persons (2006)
In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, USC) (Sec 275), the International Traffic in Arms Regulation (ITAR), or DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Provide the following information for all foreign persons who will be working on the contract (or "X" here if there are no such individuals: ____): (1) Full Name: (2) Date of Birth: (3) Place of Birth: (4) Nationality: (5) Social Security Number: (6) Visa Status: (7) Current Address: (8) If a Subcontractor, Subcontractor Name and Address: (9) Biographic data and/or resume:
(End of Clause)
5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (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: [email protected]
(End of Clause)
5652.216-9001 Oral Orders - Indefinite Delivery Contracts (2005)
The Contracting Officer may issue oral orders subject to the following: (a) No oral order will exceed
(End of Clause)
5652.228-9000
TYPE AMOUNT Automobile Bodily Injury Liability
(End of Clause)
5652.233-9000 Independent Review of Agency Protests (2013) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief, SORDAC-KM or SORDAC-KX as appropriate,
(c) The follow positions are identified as Key Personnel: All instructors
Note: Quotes received without the completed copy of the provision at FAR 52.212-3 or completed SAM representation may be considered non-compliant. Vendors must be registered in the System for Award Management (SAM) to be eligible for award.
List of Attachments Attachment 1 - PWS Attachment 2 - Pricing Spreadsheet Attachment 3 - Federal Tax Clauses Attachment 4 - DOL Wage Determination (will be attached upon award based on location), available at www.dol.gov
Link/URL: https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-15-T-0054/listing.html
Modification to a Previous Presolicitation Notice – Payment Error Rate Measurement Eligibility Review Contract
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News