Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
SOLICITATION NOTICE

61 -- T-6/SNJ-5 - SF 1449 - Solicitation - Exhibit A - Price List - Clauses and Provisions - Technical Evaluation Sheet - Performance Work Statement (PWS)

Notice Date
5/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-17-R-0017
 
Archive Date
6/14/2017
 
Point of Contact
Chelsi J. Creamer, Phone: 6612771993, Monika B. Masei, Phone: 6612777708
 
E-Mail Address
chelsi.creamer.1@us.af.mil, monika.masei@us.af.mil
(chelsi.creamer.1@us.af.mil, monika.masei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) Technical Evaluation Sheet Clauses and Provisions Exhibit A - Price List SF 1449 - Solicitation The solicitation number is FA9302-17-R-0017. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2005-95 and DFARs Change Notice DPN-20161222 AFFARS Parts AFAC-2017-0127 (effective 27 Jan 2017). Federal Supply Class/Service (FSC) code is U008. The NAICS code for this acquisition is 611512 and the size standard is $27,500,000.00. This acquisition is a 100% Small Business set-aside effort. Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, CA is seeking to procure the following services via an Indefinite Delivery/Indefinite Quantity Contract: The United States Air Force (USAF) Test Pilot School (TPS) is a school of applied engineering, at which students learn to apply a multitude of engineering concepts throughout all aspects of flight test. As part of the curriculum TPS students are taught how to conduct Qualitative Evaluations (QE) of given aircraft in the context of a specific mission. A QE is a flight, or ground, test that allows flight testers to make recommendations for an aircraft based on a limited test scope. This test may consist of a single mission primarily focused on qualitative (vs. quantitative) data of the aircraft's performance, flying qualities, and integrated systems. Aircraft being evaluated in this manner by TPS students will often be significantly different from any they have flown previously. T-6/SNJ-5 for non-experimental test management sorties with qualified pilot instruction. The anticipated period of performance for this effort is 1 June 2017 - 31 May 2019. Each event will be ordered on individual Task Orders. At no additional cost to the Government, a pre-award inspection and/or safety orientation flight may be conducted either at the offeror's site or at Edwards AFB. This evaluation shall be in accordance with the Technical Evaluation Factors listed (Attachment 4) pursuant to FAR clause 52.212-2. The inspection shall be borne by the offeror and at no additional cost to the Government. It shall comply with the requirement in order to ensure the offeror meets the safety, security, and qualifications as listed in the PWS. Only the Lowest Priced Technically Acceptable (LPTA) offeror will be requested to provide the flight. At the government's sole discretion, it may waive this requirement at any time if it is deemed that the contractor has provided sufficient information to warrant a waiver. Please see the attached SF 1449 Solicitation, and corresponding attachments. This will be awarded to the Lowest Priced Technically Acceptable Offeror. In order to be found technically acceptable, the quote must demonstrate that all capabilities in the PWS have been met. In addition, the Program Manager will evaluate proposals with the attached technical evaluation. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Task Orders will be issued for each individual visit. The minimum is the guaranteed quantity to be ordered, the maximum quantity is the most that could be requested through the entire PoP. Offeror shall provide quotation for the for the following minimum and maximum quantitates using the Exhibit Line Item Pricing Sheet (Attachment 3) Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Offerors shall propose in accordance with the attached CLIN structure. Offerors are required to submit with their quote with enough information for the Government to evaluate the minimum requirements detailed in this synopsis, including Cage Code, DUNS number, Prompt Payment Terms, date offer expires, and warranty information. No partial quotes for the items listed above will be accepted. Any and all questions in regards to this RFQ are due to the below POC's by 18 May 2017 at 1:00 p.m. Pacific Standard Time. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSSES BY INTERNET URL: http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) is not applicable to this effort. Offers shall be submitted via email to Chelsi Creamer, Contract Specialist, at chelsi.creamer.1@us.af.mil by 30 May 2017, at 3:00 p.m. Pacific Standard Time Point of Contact(s): Chelsi Creamer, Contract Specialist, Phone (661) 277-1993, E-mail chelsi.creamer.1@us.af.mil or, Monika Masei, Contracting Officer, Phone (661) 277-7708, E-mail monika.masei@us.af.mil Attachment(s): 1. SF 1449 - Solicitation 2. Performance Based Work Statement 3. Exhibit A - Price List 4. Technical Evaluation Sheet 5. Clauses and Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-17-R-0017/listing.html)
 
Place of Performance
Address: Edwards AFB, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN04506802-W 20170514/170512234838-04ee0b1687f2841927452533a5d503f5 (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.