Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

U -- MiG 15 UTI Aircraft with Instructor - Attachments

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight 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
F1STAB9264B001
 
Archive Date
11/7/2009
 
Point of Contact
Lisa A Jackson, Phone: 661-277-8884, Donald Ballaro, Phone: 661-277-2101
 
E-Mail Address
lisa.jackson@edwards.af.mil, Donald.Ballaro@edwards.af.mil
(lisa.jackson@edwards.af.mil, Donald.Ballaro@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Operating Instruction 11-5, Attachment 4, USAF TPS Qualitative Evaluation Program Aircraft Inspection Checklist Operating Instruction 11-5, Attachment 3, USAF TPS Qualitative Evaluation Program On-Site Visit Checklist for Operations Performance Work Statement (Attachment 1) 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. The solicitation number is F1STAB9264B001. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-33) dated (15 Jul 2009). The NAICS is 611512 with a small business size standard of $25,500,000.00 annual revenue. Solicitation is for a commercial purchase order. 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 MiG UTI aircraft in accordance with the Performance Work Statement (PWS) for USAF Test Pilot School (TPS) Qualitative Evaluation Support. For additional contractual information, contact Lisa Jackson or Don Ballaro @ (661) 277-8884. For technical questions, contact TSgt Hamilton or TSgt 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: lisa.jackson@edwards.af.mil or donald.ballaro@edwards.af.mil. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this Combined Synopsis/Solicitation. Please provide the information above not later than close of business (4:00pm PCT) on 23 Oct 2009, 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: lisa.jackson@edwards.af.mil or donald.ballaro@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 (JUL 2009); & 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. ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of a Price Proposal. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: Price Quote - Submit original and two (2) copies with proposed unit and extended prices. Include pricing for Contract Line Item Number (CLIN) 0001 Curriculum Support Services, CLIN 0002 Airborne Services Dry Rate, CLIN 0003 Airborne Services, Wet Rate CLIN 0004 Lodging and Rental Car, 1001 Curriculum Support Services, CLIN 1002 Airborne Services Dry Rate, CLIN 1003 Airborne Services Wet Rate and CLIN 1004 Lodging and Rental Car. The extended amount must equal the whole dollar unit price multiplied by the number of units. The quote must be submitted for one year consisting of two events. The period of performance is 09-25 Nov 2009 and 22 Mar - 22 Apr 2010. Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the proposal. 2. Evaluation Factors for Award. 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: (1) Price (2) ) technical capability of the services offered to meet the Government requirement a. Proposal evaluation criteria method has been determined as Lowest Price Technically Acceptable. See clause Provision at 52.212-2 -- Evaluation -- Commercial Items. (JAN 1999) listed below for evaluation factors. b. Technical evaluation will be based on the attached Performance Work Statement/Solicitation (Attachment 1), Operating Instruction 11-5, Attachment 3, USAF TPS Qualitative Evaluation Program On-Site Visit Checklist for Operations and Operating Instruction 11-5, Attachment 4, USAF TPS Qualitative Evaluation Program Aircraft Inspection Checklist. Technical evaluation will be conducted on an acceptable/unacceptable basis. Contractor shall meet all checklist items in order to receive an acceptable rating. ***Note*** If contractor's aircraft has been evaluated by USAF TPS within the last two years, the government reserves the right to use the previous evaluation. 52.212-3 Offeror Representations and Certifications -- Commercial Items (AUG 2009) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.225-4 Alternate I (JUN 2009) 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (JAN 2009) 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. 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (SEP 2009) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8 Utilization of Small Business Concerns (MAY 2004) 52.219-28 Post-Award Small Business Program Rerepresentation (APR 2009) 52.222-3 Convict Labor (JUN2003) 52.222-19 Child Labor, Cooperation with Authorities and Remedies (AUG 2009) 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) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-41 Service Contract Act of 1965 (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 (SEP2009) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Requirements (NOV 2007) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services -- Requirements (FEB 2009) 52.225-3 Alternate II (JUN2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-11 Accepting and Dispensing of $1 Coin (SEP 2008) 52.247-64 Preference for Privately-Owned US Flag Commercial Vessels (FEB 2006) 252.203-7000 Requirements Relating to Compensation of former DoD Officials (JAN 2009) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) 252.225-7001 Buy American Act, Balance of Payment Program (JAN 2009) 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (JAN 2009) 252.225-7035 ALT I (OCT 2006) 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program (JUL 2009) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.232-7010 Levies (DEC 2006) 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 Alternate III (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) 5352.201-9101 Ombudsman (AUG 2005) 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1STAB9264B001/listing.html)
 
Place of Performance
Address: 220 N. Wolfe Avenue, Bldg. 1220, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN01985717-W 20091017/091015234635-2d2f924de7fa25468087d7294c0a542b (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.