DOCUMENT
15 -- Aircraft Cabin Training Simulators - RFP-HSTS07-08-R-00027
- Notice Date
- 6/19/2008
- Notice Type
- RFP-HSTS07-08-R-00027
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
- ZIP Code
- 08405
- Solicitation Number
- HSTS07-08-R-00027
- Archive Date
- 7/18/2008
- Point of Contact
- C. MichelleCarney,, Phone: 609-813-3376, Grace P Kelly,, Phone: 609-813-3362
- E-Mail Address
-
charlotte.m.carney@secureskies.net, grace.p.kelly@secureskies.net
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; proposals are being requested in accordance with the attachments. The solicitation number is HSTS07-08-R-00027, which is issued as a Request for Proposal (RFP). This requirement will be a SMALL BUSINESS SET ASIDE acquisition with a NAICS code of 336413. The Small Business size standard applicable to this SIC code is 1000 employees. The Transportation Security Administration (TSA)-Office of Law Enforcement (OLE) has a requirement for aircraft cabin training simulators (ACTS) to accommodate Federal Air Marshal Service (FAMS), Federal Flight Deck Officer (FFDO) and other TSA OLE training programs. Specifications for all items are located in Attachment 1. ACTS shall be manufactured according to commercial airline industry standard aircraft types. The Government is NOT obligated to order ALL of the end items reflected in the line items set forth, however the Government is obligated to order the minimum of $140,000.00 of any combination of line items during the base year. There is no minimum obligation associated with the option years. The total value of the contract, inclusive of all option years, will not exceed $4,500,000.00. The Government intends to award an indefinite-delivery, indefinite-quantity (IDIQ) type contract for a base period of one (1) year and three (3) one year options. Potential quantities for each year/option will not exceed items and quantities listed in Attachment 1. The anticipated award of the contract is August 2008. All interested offerors seeking award must be registered in the Central Contractor Registration (CCR) Database, and shall return their quotes by 3:00 PM, EDT, on the due date indicated. It is the responsibility of the offeror to contact the Contracting Officer to ensure timely delivery and receipt of all documents, to include quotes and applicable representations and certifications as needed. The solicitation document and incorporated provisions and clauses are those in effect through the following provisions in the FAR - see Attachment 4 for applicable Terms and Conditions. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/. All items provided under the resulting contract shall be new items. The Government reserves the right to require bid samples of the actual item materials the offeror intends to provide for evaluation purposes, at no cost to the Government. **TO HAVE YOUR PROPOSAL CONSIDERED FOR AWARD, ALL OFFERORS MUST PROVIDE CLEAR EVIDENCE THAT PROPOSED ITEMS EXACTLY MEET THE GOVERNMENT’S SPECIFICATIONS AS SET FORTH HEREIN FOR EACH ITEM. OFFERORS SHALL SPECIFICALLY CONFIRM THAT THEY MEET EACH LISTED REQUIREMENT CONTAINED UNDER THE SPECIFICATIONS FOR EACH ITEM. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A “NON-RESPONSIVE” BID AND REMOVAL FROM AWARD CONSIDERATION. See Certification in Section K. Questions concerning this combined synopsis/solicitation must be furnished in writing by e-mail to: Charlotte.Carney@dhs.gov. Your questions must be in writing and be e-mailed in sufficient time to be received by the Contract Specialist on or before Monday, June 30,2008 3:00 PM EASTERN STANDARD TIME. The date and time for the submission of proposals is Thursday, July 17, 2008, by 3:00 PM EASTERN STANDARD TIME. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet (DUNS) number, CAGE code and Federal Tax ID number and shall reference the RFP Number HSTS07-08-R-00027. Proposals shall be sent to BOTH Ms. Kelly and Ms. Carney via the email addresses provided below. Points of Contact Grace P. Kelly, Contracting Officer, Phone 609-813-3362, Email Grace.P.Kelly@secureskies.net C. Michelle Carney, Contract Specialist, Phone 609-813-3376, Fax 609-813-3394, Email Charlotte.Carney@dhs.gov Shipping information for ordered units shall be detailed on each Delivery Order and FOB Destination included in proposal pricing.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d2575274e398b64a73bbf4bbc946391d&tab=core&_cview=1)
- Document(s)
- RFP-HSTS07-08-R-00027
- File Name: RFP HSTS07-08-R-00027 (HSTS07-08-R-00027 ACTS..pdf)
- Link: https://www.fbo.gov//utils/view?id=63d1bea71b68934d409d8c6183d668e0
- Bytes: 183.42 Kb
- File Name: Attachment J-1 (J-1-UTM MMR (2).pdf)
- Link: https://www.fbo.gov//utils/view?id=98a9877e39acd9b746702b96963b5595
- Bytes: 1,209.55 Kb
- File Name: Attachment J-2 (J-2 FX-Simunition.pdf)
- Link: https://www.fbo.gov//utils/view?id=ca52f8b435281634d0830c9953c11eff
- Bytes: 411.16 Kb
- File Name: 1449 (ACTS-1449.doc)
- Link: https://www.fbo.gov//utils/view?id=c5a8f05945cd248f1ec4ef11bccb6cd2
- Bytes: 82.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: RFP HSTS07-08-R-00027 (HSTS07-08-R-00027 ACTS..pdf)
- Place of Performance
- Address: DHS-TSA-Contracts & Procurement, Egg Harbor Township, New Jersey, 08234, United States
- Zip Code: 08234
- Zip Code: 08234
- Record
- SN01596695-W 20080621/080619215650-d2575274e398b64a73bbf4bbc946391d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |