SOLICITATION NOTICE
U -- 58 RQS Advanced Military Free Fall Training - Performance Work Statement
- Notice Date
- 3/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-15-Q-B001
- Archive Date
- 9/30/2015
- Point of Contact
- Andrew Grove, Phone: 702-652-9578, Leo Rodgers III, Phone: 702-652-3145
- E-Mail Address
-
andrew.grove.3@us.af.mil, leo.rodgers@us.af.mil
(andrew.grove.3@us.af.mil, leo.rodgers@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. (ii) The solicitation number is FA4861-15-Q-B001 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, Defense Publication Notice 20150226, and Air Force Acquisition Circular 2014-1001. (iv) The solicitation is set-aside 100% Small Business and the associated NAICS code is 611699 and small business size standard is $11.0M. (v) There are three contract line items (CLIN) for this solicitation. Each CLIN is for the same service with different periods of performance (POP). (vi) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide advanced free fall training at a location within the continental United States as defined in the Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Only contracting officers acting within the scope of their authority are empowered to execute contract modifications on behalf of the Government. (vii) CLIN 0001: Services are required from 18 April 2015 through 25 April 2015, CLIN 0002: Services are required from 8 August 2015 through 25 August 2015, CLIN 0003: Services are required from 24 October 2015 through 31 October 2015. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and there is no addendum to the provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of the provision is Lowest Price Technically Acceptable. The quotation is considered technically acceptable if it complies with all requirement of the performance work statement. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be provided with the response to this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and there is no addendum to the clause. (xii) A statement that the clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) applies to this acquisition. (xiii)The following additional provisions and clauses apply to this acquisition: FAR 52.204-7 - System for Award Management (SAM), FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.247-34 - FOB Destination, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov to register (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to christa.garrigas.1@us.af.mil and andrew.grove.3@us.af.mil or physically delivered to the 99th Contracting Squadron, 5865 Swaab Blvd, Bldg 588, Nellis AFB NV 89191-7063 no later than 25 March 2015, 12:00 pm PST. (xvi) Questions regarding this solicitation should be referred to Mrs. Christa Garrigas at 702-652-7022 or Mr. Leo Rodgers III at 702-652-3145.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-15-Q-B001/listing.html)
- Place of Performance
- Address: within 5 driving hours of, 58 RQS, Nellis AFB, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN03674137-W 20150322/150320234352-bd6f811f02d81a299d050c2c1969c108 (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 |