Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SOLICITATION NOTICE

U -- Foreign Adversary Aircraft Support Services

Notice Date
12/9/2020 4:53:17 PM
 
Notice Type
Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739921Q0005
 
Response Due
12/16/2020 9:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
April McNellie, Phone: 7608305125, Patrick L. Doyle, Phone: 7608305115
 
E-Mail Address
april.mcnellie@usmc.mil, patrick.doyle@usmc.mil
(april.mcnellie@usmc.mil, patrick.doyle@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Marine Aviation Weapons and Tactics Squadron One (MAWTS-1), located at Marine Corps Air Station, Yuma, Arizona (MCAS Yuma) is the United States Marine�Corps premiere advanced aviation training school. The scope of this effort is to provide familiarization of flight characteristics, capabilities and limitations of the�foreign adversary rotary-wing and propeller driven aircra? to MAWTS-1 instructors and prospective Weapons and Tactics instructors. This will be accomplished�by having access to two foreign adversary contractor-provided aircrafts that shall participate in the flight phases of the Weapons and Tactics Courses as part of a realistic opposing force during specified flight evolutions as required by the Commanding Officer of MAWTS-1. The rotary wing adversary support aircraft shall�be either a Mi-24 HIND or Mi-17 HIP and capable of using tracking pods compatible with the Tactical Air Combat Systems range at MCAS Yuma. The optional�fixed-wing propeller driven adversary support aircraft�required is an AN-2 Colt that is capable of using tracking pods compatible with the Tactical Air Combat�Systems range at MCAS Yuma, Arizona. Quotes shall be complete, and be organized into the following parts: Volume I � Price Proposal, Volume II � Technical Proposal, and Volume III � Past Performance.� Quotes shall include a Cover Sheet and, if applicable, Teaming Arrangement/Joint Venture Documentation. At a minimum, quotes must include the following to be eligible for award: 1. Cover Sheet with the following information: 1.1 Time specified in the solicitation for receipt of quotes: Wednesday, December 16, 2020 09:00 AM (PT). 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 611512 in System for Award Management; 1.11 Acknowledge Solicitation Amendments, if applicable; 2. Volume I: Price Proposal and any discount terms with the following information: 2.1 Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in; 2.2 Quoters shall submit pricing on the CLINS/Schedule of the SF1499 solicitation.� 2.3 Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the quoter shall complete electronically); and 2.4 If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 2.5 Pricing shall annotate the unit price under each CLIN respectively.� The annotated unit price multiplied by the quantity shall equal the total amount for each CLIN.� Quoted unit pricing shall be stated in no more than 2 decimal places.� Any price quote containing unit pricing exceeding two (2) decimal places will be deemed an incomplete submission. 3. Volume II: Technical Proposals shall include the following: (1) Technical Approach.� Submit your technical proposal with the following information: 3.1 Part 1: Technical Approach 3.1.1 Pilots/Adversary Instructor Resumes 3.1.2 Proposed Aircraft Specifications for rotary wing, and, optional, fixed wing adversary support; 3.1.3 Completed draft DD Form 254 Department of Defense Contract Security Classification Specification; and 3.1.4 Management Plan to meet the task requirements listed in Section 4 of the performance work statement (PWS). 4.� Volume III:� Past Performance Proposal with the following information: 4.1� Submit a list of no more than three (3) recent and relevant contracts performed for Federal agencies or commercial customers that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the PWS for this solicitation.� Any past performance references in excess of the first three submitted will not be evaluated. 4.1.1� RECENT.� The definition of recent as related to this solicitation includes performance within the last three years from the issue date of this solicitation; 4.1.2� RELEVANCE.� Quoters shall identify what elements of each past performance reference are deemed relevant to this solicitation.� Definitions of relevancy are as follows: 4.1.2.1� RELEVANT.� Present/past performance effort involved similar scope and magnitude of effort as the requirement detailed in this solicitation; and 4.1.2.2� NOT RELEVANT.� Present/past performance effort involved little or none of the scope and magnitude of effort as the requirement detailed in this solicitation. 4.2� Submit the following information for each contract submitted for past performance evaluation: 4.2.1� Company/Division name; 4.2.2� Product/Service; 4.2.3� Contracting Agency/Customer; 4.2.4� Contract Number; 4.2.5� Contract Dollar Value; 4.2.6� Period of Performance; 4.2.7� Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8� Comments regarding compliance with contract terms and conditions; and 4.2.9� Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 5. Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.� Failure to meet a requirement of the solicitation will result in a quote being excluded from consideration. However, quoters may provide an alternate means of performance in accordance with FAR 52.204-22.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e50e21d7831443cba967ab14264a2a3/view)
 
Place of Performance
Address: Yuma, AZ 85369, USA
Zip Code: 85369
Country: USA
 
Record
SN05869998-F 20201211/201209230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.