Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

U -- Flight Training

Notice Date
3/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
FA8900-09-Q-9055
 
Archive Date
3/20/2009
 
Point of Contact
Juan A Villarreal,, Phone: 210-536-5977, Ralph Urias,, Phone: 210-536-4401
 
E-Mail Address
juan.villarreal@brooks.af.mil, Ralph.Urias@brooks.af.mil
 
Small Business Set-Aside
N/A
 
Description
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; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. The RFQ (Request For Quote) is FA8900-09-Q-9055. The solicitation documents and incorporates provisions and clauses in effect through FAC 2005-30 and DFARS Change Notice 20090115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed on full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The proposed contract action is for commercial Flight training instructions for which 311/PKAC Contracting Department Brooks City-Base intends to solicit and negotiate with only one source under the authority of FAR 13.501(a) (1) (ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals, however, all bids, proposals, or quotations received by closing date will be considered by the government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The items being purchased is flight training instructions for 60 students. Each student will receive 3 hours of instruction in a Diamond, Cessna, Symphony or equivalent and 1 hour on a Cessna 152. Flight hours and sorties to validate the USAFSAM Flight Practicum syllabus: Total syllabus hours: 15, total syllabus sorties: 10, estimated validation flight hours: 60, and estimated validation sorties: 40 (See attached PWS). Sole Source provider is Sky Safety, 8603 Mission Road, San Antonio, TX 78214. Period of Performance will be 7 Mar 09 - 30 Sep 09. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008) Alternate I (APR 2002), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2008); 52.215-5 Facsimile Proposals (OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items (DEC 2008), the following clauses apply and are incorporated by reference: 52.219-28 Post Award Small Business Program Representation (JUN 2007), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2008), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-36 Payment by Third Party (MAY 1999); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A (SEP 2007) Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ ; DFARS 252.211-7003 Item Identification and Valuation (AUG 2008), DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.225-7000 Buy American Act -Balance of Payments Program Certificate (JAN 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). WAWF INSTRUCTIONS (JUL 2008) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES 252.232-7003 Electronic Submission of Payment Requests (May 2006) Wide Area Work Flow Payment Procedures - Payment/Invoicing Instructions: The contractor shall submit an Invoice and Receiving Report (Combo) document in Wide Area Work Flow (WAWF) once per month to cover the first through the end of the month unless another billing period has been authorized by the contracting officer. Reference the contract and task order number on all invoices. All invoices shall show monthly billing by Contract Line Item Number (CLIN) and include as an attachment supporting documentation that itemizes the amount invoiced for the current period and the total amount invoiced through the current period. Reference the contract number, task order number and invoice number on all supporting documentation. For questions regarding the WAWF payment process/procedures, contact Vendor Customer Support at 1-866-618-5988 or Ms. Hilda Flores (210) 536-6333. Contractor shall use the following codes/ DoD Activity Address Codes (DODAACs) to insure proper routing of documents in WAWF: DODAAC Description DODAAC Source: SF1449, Order for Supplies or Services Issuing Office FA8900Block 9, Issued By Service Acceptor Block 16, Ship To: F1J5AF Paying Office F03000 Block 18a, Payment Will Be Made By DFAS-Columbus/AF Entitlements, 3990 Easy Broad Street, Bldg 21, Columbus, OH 43213-1152. AFFAR 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Edward Noack, 3000 Sidney Brooks, Bldg 532, Brooks City-Base, TX 78235-5112, phone: 210-536-2319, fax: 210-536-6642, email: edward.noach@brooks.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Responses to this solicitation are due by March 05, 2009 at 16:00 (4:00 PM). Offers can be emailed to juan.villarreal@brooks.af.mil or faxed to 210-536-3380. NAICS Code 611512, size standard $25.5 mil. The proposed contract is a sole source unrestricted action. Numbered Notes: Number Note 22 Applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2694d70591f6ca5499f01319906dd26b&tab=core&_cview=1)
 
Place of Performance
Address: Texas, United States
 
Record
SN01761963-W 20090306/090304220842-2694d70591f6ca5499f01319906dd26b (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.