Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2003 FBO #0628
MODIFICATION

69 -- Fixed Wing Instrument Simulator

Notice Date
8/17/2003
 
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-0004-3
 
Response Due
8/22/2004
 
Archive Date
9/6/2004
 
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 a commercial item 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-0004-3, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. This requirement is 100% set aside for small business. The NAICS code is 333319, Other Commercial and Service Industry Machinery Manufacturing. The small business size standard is 500 employees. This combined synopsis/solicitation contains one contract line item number (CLIN), CLIN 0001, for one Fixed Wing Instrument Simulator. The requirements/specifications of the Fixed Wing Instrument Simulator are: 1. Cockpit shall include: flight controls, instruments and radios and provide for a ventilation system 2. Instructor Station to include computer, monitor, printer and a communication station 3. Simulator must: have capabilities of a complex aircraft, i.e. retractable gear and constant speed prop, be capable of multi engine operation, have a flight plotter and be approved under 14 FAR parts 61 and 141. The Fixed Wing Instrument Simulator shall be delivered 60 days after award of the purchase order 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 combined synopsis/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) Parts Availability 6) Past Performance/References. Offerors are to provide a narrative that addresses the above five factors. Provide enough information so that an evaluator can rate the above five factors. Offerors are to provide a list of three most current references for a similar item. 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 August 22, 2003 by 4 p.m. Mountain Time. Request that any clarification questions be submitted by August 15 to allow sufficient time for a Government response prior to the quote due date. 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 instrument 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 five evaluation factors 6. references. **Questions from interested parties and Government responses are provided as follows: 1Q. Generic Twin Trainer or Specific Cockpit Configuration? 1A. Generic. 2Q. Are Visuals needed? If so, what field of vision requested? 2A. No visuals required. 3Q. Confirming WS wants a no motion trainer. Would WS wish to upgrade to motion later? 3A. WS does not wish to upgrade to motion at a later date. 4Q. What tests will be done prior to acceptance of the simulator? 4A. An operational test will be performed to ensure that the minimum operational specifications (a basic 141 instrument simulator performing to FAR Part 141 requirements) are met. 5Q. Does the simulator need to be new or can it be refurbished equipment? 5A. Needs to be new. 6Q. Are there any specific avionics requirements? 6A. Garmin 250 XL Com/GPS. 7Q. Provide a list of the parties who the Government has informed of the solicitation. 7A. Frasca International, Urbana, IL, ATC Texas, Grand Prairie, TX, Aviation Simulation Technology, Lenexa, KS. 8A. What is the budget for this requirement? 8Q. Under $50,000.
 
Place of Performance
Address: Ceder City Airport, UT
Country: USA
 
Record
SN00404392-W 20030819/030817213049 (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.