Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
MODIFICATION

U -- WWII Warbird

Notice Date
7/17/2018
 
Notice Type
Modification/Amendment
 
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
FA9302-18-D-0009
 
Archive Date
8/25/2018
 
Point of Contact
Joshua Cain, Phone: 6612778356, Katie Hudiburgh, Phone: 661-277-3321
 
E-Mail Address
joshua.cain.2@us.af.mil, katie.hudiburgh@us.af.mil
(joshua.cain.2@us.af.mil, katie.hudiburgh@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation FA9302-18-D-0009 This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA9302-18-D-0009 and the solicitation issued is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect Federal Acquisition Circular (FAC) 2005-99 and DFARs Change Notice (DPN) 20180601. Federal Supply Class/Service (FSC) code is U009. This acquisition is for Full and Open Competition. The NAICS is 611512 and the size standard is $27,500,000.00. CLIN NOUN UNIT MINIMUM QUANTITY MAXIMUM QUANTITY NOT-TOEXCEED (NTE) PRICE 0001 Pilot Instructor Days 20 200 --------- 0002 Maintenance Personnel Days 20 200 --------- 0003 Sortie Hours 42 425 --------- 0004 Ferry (Round Trip) Each 1 15 --------- 0005 Weekend/Standby (No Fly Rate) Days 10 100 --------- 0006 Fuel Gallons 0 10,000 $57,000.00 Please carefully review requirements detailed below. The Air Force Test Center, Edwards Air Force Base, CA is seeking to purchase the following services via an Indefinite Delivery/Indefinite Quantity Contract: A non-personnel services contract to provide one multi-engine warbird type aircraft, along with a qualified flight instructor, for Qualitative Evaluation (QE) and Flying Qualities (FQ) curriculum flights; as well as Test Management Projects (TMP) if required, at the US Air Force Test Pilot School (USAF TPS). Please see Attachment 1, Performance Work Statement (PWS), for additional information. The anticipated period of performance for this effort is 01 August 2018 - 31 July 2023. Acceptance is FBO Destination. This proposal submission shall be in accordance with FAR clause 52.212-1 Instructions to Offerors- Commercial Items (Jan 2017) - Class Deviation 2018-O0013 and Addenda to FAR 52.212-1 Proposal Preparation Instructions. Addenda to FAR 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 two (2) separate parts; Part I - Price Proposal and Part II - Technical Information (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 price information will be necessary. 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 pricing data to support a determination of price reasonableness. (c) Specific Instructions: Documents submitted in response to this must be fully responsive to and consistent with the following: (1) Requirements of the CLINs & Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS. (2) Evaluation Factors for Award in section, 52.212-2 EVALUATION - COMMERCIAL ITEMS and addendum of this RFP. (3) Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this section, FAR 52.212-1 INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS, will not be read or evaluated, and will be removed from the proposal. (d) PART I - PRICE PROPOSAL - (1) The contractor shall provide the following: 1. Pricing for the effort by completing Attachment 2 2. Provide the names of any Offeror's subcontractor(s) (e) PART II - TECHNICAL INFORMATION (1) Format • The proposal will be on 8 ½" x 11" paper. • A page is defined as one single sided, double-spaced sheet of paper containing information. • Typing shall be Times New Roman Font, size 12. • Electronic files must be in Adobe (.pdf), Microsoft Word version 6.0/95 or Excel 2010 or earlier format. • 15 page limit (2) Technical Acceptability - using the format described above, please provide the following: Contractors shall provide sufficient documentation to demonstrate their ability to provide the minimum pilot qualifications as stated in the PWS (Attachment 1). Please review Section 1.10, Deliverables, of the PWS for a list of the required documents to be submitted in the proposal. This can include but is not limited to resumes, certifications, and any other necessary literature. Note: The government may conduct a physical inspection utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3) in order to determine whether the aircraft meets the requirements of FAA air worthiness. If there is a contradiction between the PWS and the checklist, the PWS supersedes the checklist. (f) GENERAL INFORMATION (1) Electronic submissions of proposals will be accepted and shall be sent to: Joshua Cain, Contract Specialist, Phone (661) 277-8356, Email: joshua.cain.2@us.af.mil Katie M. Hudiburgh, Contracting Officer, Phone (661) 277-3321, Email: katie.hudiburgh@us.af.mil (3) Late proposals will be processed in accordance with FAR 52.212-1(f) (End of provision) 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 pursuant to FAR clause 52.212-2 Evaluation-Commercial Items and Addenda to FAR clause 52.212-2. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) (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 (i) technical capability of the item offered to meet the Government requirement; (ii) price; (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. (End of Provision) Addenda to 52.212-2- Evaluation - Commercial Items (a) Basis for Contract Award: The resulting award will be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract to a single contractor. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and requirements, in addition to those identified as evaluation factors or sub factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (b) Initially, offers shall be ranked according to price. Proposal prices will be determined to be fair and reasonable by adequate price competition among offers unless the contracting officer has requested other than pricing data per addenda to 52.212-1 above. (c) Next, the government technical evaluation team shall evaluate the technical proposals submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis: These are the definitions for the Evaluations Ratings: Acceptable Meets all solicitation requirements. Unacceptable Does not meet all solicitation requirements. (d) Technical capability will initially be assessed by the contractor's ability to demonstrate the minimum pilot qualifications as stated in the PWS (Attachment 1) and provide required documents in Section 1.10, Deliverables of the PWS. A physical inspection of the aircraft may be performed by experienced government maintainers, utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3). (e) If the lowest priced evaluated offerors is judged to be "Acceptable" on ALL Factors and the offeror is determined to be responsible, that offer will be deemed the most advantageous to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (f) Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of technical capability. Offerors may be asked to clarify certain aspects of their proposal Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (g) 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. (End of Provision) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with this proposal submission. There is no page limit for the completed copy submission of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) applies to this solicitation. Clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2017) applies to this solicitation. The following clauses located within FAR 52.212-5(b) are applicable: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-9, Updates of Publicly Available Information Regarding ResponsibilityMatters (Jul 2013) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) In addition to the above, the following provisions and clauses apply to this solicitation: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.209-7 Information Regarding Responsibility Matters (July 2013) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Nov 2017) FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Oct 2014) FAR 52.216-18 Ordering (Oct 1995) FAR 52.216-19 Order Limitations (Oct 1995) FAR 52.216-22 Indefinite Quantity (Oct 1995) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.243-7002 Requests for Equitable Adjustment (Dec 2012) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) AFFARS 5352.201-9101 Ombudsman (Oct 2017) AFFARS 5352.223-9001 Health & Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 Contractor Access to the Air Force Installations (Nov 2012) 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 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 and submission of the required documents in Section 1.10, Deliverables. In addition, the Program Manager will evaluate proposals with the attached USAF TPS Individual Evaluation Checklist (Attachment 3). 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 the guaranteed quantity to be ordered, the maximum quantity is the most that could be requested through the entire Period of Performance (PoP). Offeror shall provide quotation for the for the following minimum and maximum quantitates using the Exhibit A- Line Item Pricing Sheet (Attachment 2) 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 proposal. Offerors shall propose in accordance with the attached CLIN structure. Offerors are required to submit with their proposal 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 proposals for the items listed above will be accepted. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) is not applicable to this effort. Any questions in regards to this solicitation must be submitted by 27 July 2018, 8:00am Pacific. Offers are due at the AFTC/PZIEB, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, NLT 4:00pm Pacific, 10 August, 2018. E-mail address: joshua.cain.2@us.af.mil, katie.hudiburgh@us.af.mil Point of Contact: Joshua Cain, Contract Specialist, Phone 661-277-8356, Email: joshua.cain.2@us.af.mil Katie Hudiburgh, Contracting Officer, Phone 661-277-3321, Email: katie.hudiburgh@us.af.mil Attachments: 1. Performance Work Statement 2. Exhibit A- Line Item Pricing Sheet 3. USAF TPS Individual Technical Evaluation Checklist 4. Qualitative Evaluation Review Worksheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-D-0009/listing.html)
 
Place of Performance
Address: Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN04994391-W 20180719/180717230812-a0964a52c450edf903963a9ac5bc3691 (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.