DOCUMENT
U -- EXTRA 300 Combined Solicitation/Synopsis - Solicitation 1 - Solicitation 1
- Notice Date
- 9/17/2008
- Notice Type
- Solicitation 1
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- EXTRA300USAFTPS
- Archive Date
- 10/9/2008
- Point of Contact
- Kathleen N Delgado,, Phone: 661-277-8001, Lisa D Jackson,, Phone: 661-277-7708
- E-Mail Address
-
kathleen.delgado@edwards.af.mil, lisa.jackson@edwards.af.mil
- Small Business Set-Aside
- N/A
- Description
- Open Competition – Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial service prepared in accordance with (IAW) the format in FAR Subpart 12.6 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 is a request for quotation (RFQ). NAICS is 611512 with a small business size standard of $25,500,000.00 annual revenue. Solicitation is for a commercial purchase. This acquisition is a 100% small business set-aside. Simplified Acquisition Procedures will be followed. The USAF Test Pilot School (USAF TPS), Edwards Air Force Base, CA is seeking potential vendors capable of providing a pilot, instruction and one Extra 300 aircraft in accordance with the Performance Work Statement (PWS) for USAF Test Pilot School (TPS) Qualitative Evaluation Support. PROPOSAL EVALUATION: 1. Proposal evaluation criteria method has been determined as Lowest Price Technically Acceptable (LPTA). See clause Provision at 52.212-2 -- Evaluation -- Commercial Items. (JAN 1999) listed below for evaluation factors. 2. Technical evaluation will be based on the USAF Test Pilot School qualitative-evaluation program operating instruction 11-5 dated 30 Mar 07. The check sheet for civilian owned aircraft (Attachment 4) is critical for evaluation. For additional information contractual information contact Kay Delgado @ (661) 277-8001. For technical questions contact Sgt. Hamilton or Sgt. Barbachano @ (661) 277-8312. Place of performance is, Edwards AFB, CA 93524. Any interested parties believing they can meet all the requirements as stated within the attached PWS, may submit a proposal. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Send all information via e-mail to: kathleen.delgado@edwards.af.mil. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this Combined Synopsis. Please provide the information above not later than close of business (4:00pm PCT) on 25 Sep 2008, to be considered. Faxed transmissions of quotes are acceptable. Fax #: 661-277-7602 (please call to verify that the fax was received) or e-mail address: kathleen.delgado@edwards.af.mil. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008), DFARS 252.204-7004, ALTERNATE A (SEP 2007); FAR 52.212-3 ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) – COMMERCIAL ITEMS (JUN 2008); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA BY INTERNET URL: https://orca.bpn.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, https://orca.bpn.gov/help/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial (JUN 2008), applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (JAN 1999), applies to this acquisition. 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: (i) technical capability of the item offered to meet the Government requirement (ii) price (iii) past performance 52.212-3 Offeror Representations and Certifications -- Commercial Items (JUN 2008) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.225-4 Alternate I (AUG 2007) 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005) 252.225-7000 Buy American Act – Balance of Payments Program Certificate (JUN 2005) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions – Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (JUN 2008) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28 Post-Award Small Business Program Rerepresentation (JUN 2007) 52.222-3 Convict Labor (JUN2003) 52.222-19 Child Labor, Cooperation with Authorities and Remedies (FEB 2008) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-41 Service Contract Act (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.222-44 Fair Labor Standards Act and Service Contract Act – Price Adjustment (FEB 2002) 52.222-50 Combating Trafficking in Persons (AUG 2007) 52.225-3 Alternate II (JAN 2004) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008) 252.225-7001 Buy American Act, Balance of Payment Program (JUN 2005) 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (OCT 2006) 252.225-7035 ALT I (OCT 2006) 252.225-7036 Buy American Act - Free Trade Agreements – Balance of Payments Program (MAR 2007) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.232-7010 Levies (DEC 2006) 252.247-7023 Transportation of Supplies by Sea (MAY 2007) 252.247-7023 Alternate III (MAY 2007 5352.201-9101 Ombudsman (AUG 2005) 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5144da32f3aa17e2f295a1240b9a959d&tab=core&_cview=1)
- Document(s)
- Solicitation 1
- File Name: Evaluation Criteria (Qualitative Evaluation Criteria.pdf)
- Link: https://www.fbo.gov//utils/view?id=d019961b474627cf29c29d8969f3845c
- Bytes: 8,763.14 Kb
- File Name: Performance Work Statement (Extra 300.doc)
- Link: https://www.fbo.gov//utils/view?id=c9da26fdaad3f44a06970e79d9777739
- Bytes: 201.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Evaluation Criteria (Qualitative Evaluation Criteria.pdf)
- Place of Performance
- Address: Edwards AFB, Edwards, California, 93505, United States
- Zip Code: 93505
- Zip Code: 93505
- Record
- SN01673027-W 20080919/080917220424-5144da32f3aa17e2f295a1240b9a959d (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 |