SOLICITATION NOTICE
U -- DC-9 FLIGHT TRAINING - FLIGHT SIMULATOR AND GROUND SCHOOL
- Notice Date
- 12/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ09276059Q
- Response Due
- 12/19/2008
- Archive Date
- 12/5/2009
- Point of Contact
- Kirby L. Condron, Contract Specialist, Phone 281-483-4193, Fax 281-333-0459, - Alice J Pursell, Contracting Officer, Phone 281-483-9027, Fax 281-333-0459, />
- E-Mail Address
-
kirby.l.condron@nasa.gov, alice.j.pursell@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- This notice is being issued as a Request for Quotation (RFQ) for DC-9 RefresherTraining - Flight Simulator and Ground School. This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation,which is issued as a Request for Quotation (RFQ); quotes are being requested and awritten solicitation will not be issued. REQUIREMENTS: A. Introduction The Aircraft Operations Division (AOD) currently uses a DC-9 aircraft to support theReduced Gravity Program at the Johnson Space Center. The members of the Divisionsaircrew, who fly the DC-9, have all completed the required DC-9 initial transitiontraining. The objective is to acquire DC-9 aircrew refresher training. This trainingshall thoroughly cover aircraft systems, operational procedures, normal/abnormalprocedures, and systems integration for the DC-9 aircraft. B. Requirements The ground and simulator training curriculum shall be FAA approved. Simulatorinstructors shall be current in the aircraft. Ground school instructors and simulatorinstructors shall be expertly knowledgeable in DC-9 systems and operational proceduresand FAA certified. The ground school instruction shall be presented live versus on video,etc. The flight simulator shall have an FAA Level C rating or greater. C. Scope/Schedule The first course shall begin in the beginning of January 2009. All 4 courses shall becompleted by mid-March 2009. A flight crew consists of 2 pilots and 1 flight engineer.Although, the flight engineer is part of the flight crew, flight engineer participationin the training will not require additional simulator time. A written exam shall beadministered on aircraft systems during the ground school, and an oral/pilot check in thesimulator; this for each pilot.The daily schedule is as follows: Day 1 8 hours Ground School; Day 2 4 hours GroundSchool; 4 hours Simulator; Day 3 4 hours Simulator; and Day 4 4 hours Simulator. The provisions and clauses in this solicitation are those in effect through FAC 05-27. The NAICS Code and the small business size standard for this procurement are 611512 and$25.5M, respectively. The offeror shall state in their offer their size status for thisprocurement. All responsible sources may submit an offer which shall be considered by the agency. Offers for the item described above are due by December 19, 2008 @ 2:30 P.M. CentralStandard Time (CST) to Kirby Condron via fax at 281-333-0459 or email atkirby.l.condron@nasa.gov and shall include training plans, solicitation number, proposeddelivery schedule, discount/payment terms, warranty duration, taxpayer identificationnumber (TIN), identification of any special commercial terms, and be signed by anauthorized company representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (OCT 2008), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (OCT 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.225-1, 52.225-13, and 52.232-34.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmAll contractual and technical questions must be in writing to Kirby Condron no later thanDecember 15, 2008. Oral, telephone questions are not permitted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit andprice. It is critical that offerors provide adequate detail to allow evaluation oftheir offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f3752bd0c9019be608c2023fd01eb99c&tab=core&_cview=1)
- Record
- SN01714748-W 20081207/081205221309-f3752bd0c9019be608c2023fd01eb99c (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 |