Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2008 FBO #2399
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.
 
Place of Performance
Address: DHS-TSA-Contracts & Procurement, Egg Harbor Township, New Jersey, 08234, United States
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.