Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
MODIFICATION

69 -- Fixed Wing Flight Simulator

Notice Date
8/1/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APWSAVFC-0003-3
 
Response Due
8/8/2003
 
Archive Date
8/23/2003
 
Point of Contact
Tamara Lanier, Contracting Officer, Phone 970-494-7433, Fax 970-494-7432,
 
E-Mail Address
Tamara.M.Lanier@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will NOT be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. This combined synopsis/solicitation, APWSAVFC-0003-3, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. This requirement is 100% set aside for small business. The NAICS code is 611512, Flight Training. The small business size standard is no more than $21.5 million in average annual receipts for the offeror's preceding 3 years. This combined synopsis/solicitation contains one contract line item number (CLIN), CLIN 0001, for one Fixed Wing Flight Simulator. The requirements/specifications of the Fixed Wing Flight Simulator are: 1. Cockpit shall include: controls, radio, visual displays and have a ventilation system 2. Simulator shall have: a motion base with a minimum of three degrees movement, side windows and skylight with visuals, a 180 degree visual projection screen, an Aviat Husky cockpit configuration, be capable of spins, spin recovery, unusual altitude and upset recovery training and spatial disorientation training and be Instrument Flight Rules (IFR) certifiable by the Federal Aviation Administration (FAA) 3. Instructor station shall include: computers, monitors and a communication station. The Fixed Wing Flight Simulator shall be delivered no later than January 1, 2004 to Ceder City Airport in Utah. The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far : 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. In accordance with FAR 52.212-3(a), Evaluation - Commercial Items, The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Warranty 2) Training with set-up/operations/maintenance of the simulator 3) Technical Support 4) Field upgrade capability 5) Spares Availability 6) Ability to meet delivery date of January 1, 2004 and 7) Past Performance. Offerors are to provide a narrative that addresses the above six factors. Provide enough information so that an evaluator can rate the above six factors. Offerors are to provide a list of three most current references. The offerer shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1 Buy American Act - Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: Tamara.M.Lanier@aphis.usda.gov The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. Numbered Note 1 is applicable to this requirement. Quotes are due July 29, 2003 by 4 p.m. Mountain Time. All responsible small businesses may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to 970-494-7432, Attn: T. Lanier with signed original forwarded by mail to : USDA, APHIS, WS, 2150 Centre Avenue, Bldg B, Mail Stop 3W9, Attn: T. Lanier, Fort Collins, CO 80526-8117. Quotes can be e-mailed to Tamara.M.Lanier@aphis.usda.gov. A complete quote will consist of: 1. price for CLIN 0001 2. signature on the page that lists the price 3. narrative addressing how the proposed fixed wing simulator meets the requirements/specifications 4. completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 5. narrative that addresses the six evaluation factors 6. references. **This combined synopsis/solicitation has been updated on 7/25/03 to extend the due date for quotes from July 29, 2003 to August 5, 2003.** ##This combined synopsis/solicitation has been updated on 7/28/03 to change the NAICS code from 611512, Flight Training, to NAICS code 333319, Other Commercial and Service Industry Machinery Manufacturing. The small business size standard is 500 employees.## &&This combined synopsis/solicitation has been updated on 8/01/03 to provide: 1) responses to questions from interested parties 2) a list of parties who the Government informed of the posted combined synopsis/solicition at www.fedbizopps.gov 3) a price estimate range and 4) an extension of due date of quotes. Government Responses to Questions from Interested Parties: 1Q: Are there milestone meetings required during the program and where will they be held? 1A: No milestone meetings required. 2Q: By the statement "certifiable by the Federal Aviation Administration (FAA) 3" do you mean the requirements of FAA Advisory Circular (AC) 120-45A Level 3? 2A: FAA certifiable to level 3. 3Q: Is it possible to have the due date extended by at least 2 weeks? 3A: Due date may be extended by 2 weeks. 4Q: Do you have specific requirements for the motion system, for example, movement in degrees, acceleration, velocity, etc? 4A: As stated 3 degrees minimum movement, acceleration and velocity at contractor's descretion. 5Q: Do you have visual display requirements, for example, field of view? 5A: 180 degree field of view minimum. 6Q: Do you have specific sound system requirements? 6A: No specific sound system requirements other than student to instructor communication via intercom etc. 7Q: Do you have Image Generator Requirements, for example, gaming area, night or day, etc? (Note since #4-7 are optional items under Advisory Circular (AC) 120-45A there are no specific requirements). 7A: No. 8Q: What is the budget for this device? 8A: $150,000 - $250,000. 9Q: Will you provide data on the aircraft or is a generic model acceptable as defined in Advisory Circular (AC) 120-45A? 9A: Simulator shall be configured as an Aviat Husky. POH and flight manual are available from WS. 10Q: What are the acceptance criteria for the device? 10A: As specified in the solicitation. 11Q: Will the device be qualified by the FAA and is the vendor responsible for supporting that effort? 11A: No to both. List of parties who the Government informed of the posted combined synopsis/solicition at www.fedbizopps.gov: Aviation Simulation Technology Inc., Lenexa, KS, Environmental Tectonics Corporation, Southhampton, PA, Frasca International Inc., Urbana, IL. Price range for this requirement: $150,000 - $250,000. New due date for quotes: Friday August 8, 2003
 
Place of Performance
Address: Ceder City Airport, Utah
Country: USA
 
Record
SN00389628-W 20030803/030801213312 (fbodaily.com)
 
Source
FedBizOpps.gov 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.