Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

U -- MD 500 Transition Training

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-T-0237
 
Response Due
9/22/2005
 
Archive Date
10/7/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Number N00421-05-T-0237 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-05 and DCN20050901. The applicable NAICS is 611512 with a small business size standard of $21.5M. This is a 100% small business set-aside. A single award will be made for the following: CLIN 0001: MD500 Transition Training Course for 14 students. The place of performance shall be at the contractor?s facility, with a period of performance from November 2005 through January 2006. The course will include ground instruction and flight instruction for 14 students over a course of 6 weeks. There will be a total of 0 to 4 students for each-week long course. This contract is expected to be awarded on 24 October 2005. FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-2 applies and paragraph (a) reads, ?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 factors considered. The following factors shall be used to evaluate offers, in descending order of importance: technical ability, past performance, and price.? In order to determine technical ability, the offeror is required to submit: 1) a summary of all scheduled and unscheduled maintenance during the past one month on the aircraft proposed for the course. Also, provide the following specific information on proposed aircraft: current airframe hours, date of last flight, date of last annual inspection, date of last 100 hour inspection, list any outstanding (incomplete) airworthiness directives, and list any outstanding (incomplete) manufacturers service bulletins; 2) the flight training schedule for a five day class, to include flight time for four pilots and the specific helicopter for each student and 3) proposed course syllabus. In order to evaluate past performance, the offeror is requested to submit a list of three customer references including current telephone numbers. It is incumbent on the offeror to supply all information for the Government to make an award determination. As part of the responsibility determination, the Government may visit the contractor to review the proposed aircrafts? general airworthiness. The Government will evaluate proposals to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoice for the same services, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certification - Commercial Items (Jan 2005) with its quotation. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jul 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999)(if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C 657a); 52.219-6 Notice of Total Small Business Aside (June 2004)(15 U.S.C 644); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 Alt I Buy American Act ? Free Trade Agreements ? Balance of Payments Program (Jan 2005); 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002). The DFARS clause at 252.204.7004 Required Central Contractor Registration Alternate A (Nov 2003), and the FAR clause at 52.204-7 Central Contractor Registration (Oct 2003) are incorporated by reference. Offers are due to AIR 2.5, Contracts, Emily Wolff, emily.wolff@navy.mil, by 2:30 PM Eastern Standard Time, 22 September 2005. Quotations should be submitted via email. All responsible sources may submit a proposal which shall be considered by the agency. For information regarding this solicitation and a complete copy of the Statement of Work, contact Emily Wolff, phone: (301) 757-9784, fax: (301) 757 0200 or email: emily.wolff@navy.mil. See numbered note 1.
 
Place of Performance
Address: N/A
 
Record
SN00894150-W 20050915/050913212712 (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.