|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417U.S. Department of Justice, Immigration & Naturalization Service, 7701
N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247 69 -- DIGITAL FLIGHT TRAINING SYSTEM SOL ACD-9-Q-0018 DUE 090199 POC
Cheryl A. Aldridge 214 905-5392 The Immigration and Naturalization
Service, Dallas, Texas is issuing 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; quotations
are being requested and a written solicitation will not be issued.
Solicitation ACD-99-Q-0018 is being issued as a Request for Quotation.
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-12. A single
award will be made. Contractor to furnish the following: CLIN 0001:
Advanced Digital Flight Training Systems Elite brand "iGATE" or equal;
Base year: CLIN 0001 16 each $____________ each(Guaranteed Minimum);
First Option Year: CLIN 1001 eat 3 ea $___________ each. Provide model/
part number if different than iGATE. The specifications are intended to
describe the type and quality of flight training devices / flight
simulatorsto be utilized by the United States Border Patrol (USBP) in
performing its pilot training mission. Offers will be considered on
flight training devices and simulators complying substantially with
these specifications, provided that any exceptions are stated and
described, including technical data where applicable. The USBP reserves
the right to analyze, evaluate, and determine the suitability of such
exceptions in light of the training mission requirements of the USBP.
The flight training devices shall be new, of current design and
production, with spare parts readily available. The devices must as a
minimum: be approved by the Federal Aviation Administration (FAA) under
Federal Aviation Regulations (FAR) Part 61 and Part 141, it must meet
the minimum requirements as specified in Advisory Circular AC61-126.
System will include a fully digital integrated computer system with all
hardware, software and instructor station included. Warranty: Venders
shall state their warranty, which shall be a minimum of one (1) year
for all parts and labor. Documentation: The contractor shall provide
one (1) set of operating, maintenance, and parts list manuals for each
simulator. Delivery schedule: four (4) units at a time with a due four
weeks after award of the contract, with each set of four due every 4
weeks thereafter until all 16 are delivered. Delivery of one each shall
be FOB destination in the following order to Border Patrol Air
Operations Units located in El Paso, Tx; Laredo, TX; Marfa, TX; El
Paso, TX; Yuma, AZ; San Diego, CA; El Centro, CA; Aquadilla, PR;
Tucson, AZ; Deming, NM; Spokane, WA; Bellingham, WA; Havre, MT; Grand
Forks, ND; Orlando, FL; and El Paso, TX (Specific addresses will be
provided at time of award). If pricing varies by destination, please
provide pricing by location. The provisions at FAR 15.212-1,
Instructions to Offerors-Commercial, applies to this acquisition. FAR
12.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a),
evaluation criteria is as follows: Award will be made to the most
advantageous offer to the Government, price and other factors
considered. The total offeror (base plus first option period) will be
evaluated for award. The following factors shall be used to evaluate
offers: price, technical and past performance. Technical will be equal
to the sum of price and past performance. Technical: Include a
narrative explaining the capabilities of your firm to meet the
requirements of this solicitation such as financial resources, past
experience in similar work, personnel resources within firm, integrity,
facilities and/or equipment, and any descriptive literature concerning
system offered. The performance standards will be gauged against AC
120-45A, instruments and gauges will be evaluated/compared to actual
instruments and gauge representation. The Government may make site
visits to fly the offered system. System will be evaluated for
smoothness of operation, realistic handling qualities, realistic
optical quality and easy of programming, i.e.: ease of setting
approaches. Government Past Performance: Include a list of prior
government contacts which includes the name and phone number of the
Contracting Officer; name and phone number of bank; and other
references. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE
PROVISIONS AT FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items along with the firm's DUNS number. FAR
52.212-4, Contract terms and Conditions-Commercial Items, applies to
this acquisition with the following additional clauses: FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, and the following additional clauses
apply to this acquisitions: FAR 52.219-8, Utilization of Small Business
Concerns, FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35,
Affirmative Actions for Disabled Veterans and Veterans of the Vietnam
Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era. FAR 52.211-6, Brand Name or Equal; 52.214-21,
Descriptive Literature; FAR 52.225-2 Waiver to Buy American Act for
Civil Aircraft and Related Articles; 52.216-18, Ordering paragraph (a):
insert "Date of award for one year; 52.216-19, Order Limitations:
paragraph (a) insert "16", (b)(1) insert "20", (b)(2) insert "2",
(b)(3) "30", (d) "5"; FAR 52.216-22, Indefinite Quantity, paragraph (d)
insert "the completion of the last delivery order"; 52.217-9, Option to
Extend the Term of the Contract, insert 24 months"; FAR 52.232-19,
Availability of Funds for the Next Fiscal Year, insert "September 30th"
and FAR 52.252-1, Solicitation Provisions incorporated by reference
(available at http://www.arnet.gov/far). Quotes are due 9/17/99,
1:30pm, at Immigration and Naturalization Service, ATTN:
ACDCAP/Aldridge, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries
and quotes may be faxed to 214 767-7458. All responsible sources may
submit a quotation which shall be considered. Posted 08/20/99
(W-SN370614). (0232) Loren Data Corp. http://www.ld.com (SYN# 0299 19990824\69-0002.SOL)
69 - Training Aids and Devices Index Page
|
|