Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2010 FBO #3086
SOLICITATION NOTICE

U -- King Air 350 Pilot Training (Pakistan) - PWS

Notice Date
5/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
F3PH310097A005
 
Archive Date
6/8/2010
 
Point of Contact
Ty Senour, Phone: 2106528603
 
E-Mail Address
ty.senour@randolph.af.mil
(ty.senour@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement The AETC Contracting Squadron at Randolph AFB has a Sole-Source requirement to purchase services from FlightSafety as described in the Performance Work Statement (PWS). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-26. Proposals will be evaluated on a best value basis. The NAICS Code is 611512; size standard $25.5 IAW 10 U.S.C. 2304c(1), as implemented by FAR 6.302-1 - Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements. A Firm Fixed Priced Award will be made in accordance with the following Description of Supplies: DESCRIPTION OF SERVICES: Contractor shall provide training to approximately six (6) Pakistan Officers between July-Oct 2010 at contractor locations in CONUS in accordance with (IAW) objectives to provide necessary skills to PAF aircrew personnel to support their flying mission. Training shall be based on standard off-the-shelf commercial configured King Air 350 (Proline 21 cockpit). Contractor-provided training will be initial type training to include pilot enrichment courses. See attached AF Form 1449 for complete requirement. CLIN Description Quantity Unit 0001 KA 350 Pilot Initial 6 EA 0002 CRM Initial 6 EA 0003 Controlled Flight into Terrain 6 EA 0004 High Altitude 6 EA 0005 Approach and Land 6 EA 0006 Managing Fatigue 6 EA 0007 Line Oriented Sim Training 6 EA 0008 Proline Indoctrination Course 6 EA JUSTIFICATION The Pakistan Government purchased two specially modified King Air 350 aircraft under FMS case G2-D-SAH and pilot training is being purchased through AETC CONS/LGCI. The Pakistan Air Force would like all pilots to receive the same training, to include a level "D" full motion simulator equipped with the Proline 21 avionics package. An extensive internet search resulted in three (3) companies that currently operate a level "D" full motion King Air 350 simulator: FlyRight Inc. located in Concord, North Carolina, CAE in Dallas, Texas, and FlightSafety in Wichita, Kansas. Only FlightSafety's Level "D" simulator is equipped with the Proline 21 avionics package. CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures JUL 1995 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations and Certification--Commercial Items AUG 2009 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-4 Alt I Contract Terms and Conditions--Commercial Items (Oct 2008) OCT 2008 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-8 Discounts For Prompt Payment FEB 2002 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-15 Stop-Work Order AUG 1989 52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.242-17 Government Delay Of Work APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.243-4 Changes JUN 2007 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 52.249-4 Termination For Convenience Of The Government (Services) (Short Form) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.204-7001 Commercial And Government Entity (CAGE) Code Reporting AUG 1999 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) JUL 2009 252.217-7012 Liability and Insurance AUG 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION-COMMERCIAL ITEMS (a) 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 government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. In determining the most advantageous offer to the government, the government shall consider the following three factors: technical, past performance, and price. Technical, past performance, and price, when combined, are all equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2009) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) CLAUSES INCORPORATED BY FULL TEXT 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days (End of clause) CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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/these address(es): http://farsite.hill.af.mil (End of provision 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/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFAR, AFAR, or supplemental clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) AFFARS 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. 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. Local Clause - WAWF (Service/Commodities Contracts) IAW DFARS 252.232.7003 - Electronic Submission and Processing of Payment Requests 1. During the performance of the subject contract, invoices will be submitted and accepted using the WAWF web-based system. For information on WAWF, including web-based training, visit the web-site at: https://wawf.eb.mil/ and click on About WAWF. The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you are already familiar with WAWF, the information that follows will assist you in self registering to submit invoices for the subject contract. 2. The following are the codes needed to input a 2 in 1 invoice in WAWF for the subject contract: Issue DoDAAC: FA3002 Admin DoDAAC: FA3002 Inspector: n/a Acceptor (Ship To): F3PH31 Pay DoDAAC: F67100 3. To facilitate prompt, accurate processing of your invoices through WAWF, please set up email notifications for the following: David.braden@randolph.af.mil Ty.senour@randolph.af.mil 4. For questions regarding WAWF, contact the Customer Support section at (801)605-7095. For questions regarding the contract, contact the Contracting Officer at [insert contact information]. 5. Changes to the email addresses or Contracting Officer noted above will be made via email. All other changes will be made through modification. Responses to this notice shall be provided in writing via e-mail to: Ty Senour, at ty.senour@randolph.af.mil. All response shall be received NLT 3:00 PM CST on 24 May. Email is the preferred method. Point of Contact: Ty Senour, Contract Specialist, Phone 210-652-8603. Offerors must submit a completed copy of the provision at 52.212-3, Offer Representations and Certification-Commercial Items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PH310097A005/listing.html)
 
Record
SN02141477-W 20100507/100505235458-b0babdb7ea6178cafb99c4a4833d4cb5 (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.