Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
SOLICITATION NOTICE

U -- B747-100 FLIGHT ENGINEER INITIAL TRAINING

Notice Date
1/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ07181543Q
 
Response Due
1/31/2007
 
Archive Date
1/8/2008
 
Small Business Set-Aside
N/A
 
Description
This notice is being issued as a Request for Quotations (RFQ) for B747-100 Flight Engineer (F/E) Initial Training. This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The following is a summary of the requirements: NASA/JSC has a requirement for 2 F/E's to be trained. The objective is to acquire B747-100 F/E initial aircrew transition training. The training shall consist of general operational subjects, aircraft systems, and special systems integration needs for the Shuttle Carrier Aircraft (SCA). The course will include an oral exam and simulator check ride. Successful completion will result in a Federal Aviation Administration (FAA) F/E Turbo-Jet rating. The written portion of the Turbo-Jet rating will have been accomplished by both students prior to the start of the training. The ground and simulator training curriculums must be FAA approved courses. Ground school instructors shall also be FAA approved and expertly knowledgeable in B747-100 systems and operational procedures. Ground school instruction shall be presented by an in person instructor and not by any other form of media such as video, etc. that could be used as a substitute for a live classroom presence. The simulator training portion will be conducted in full flight simulator to include flight maneuver training. The simulator shall have an FAA Level C rating or greater. The training requirement shall be completed no later than six months after contract award. The provisions and clauses in the solicitation NNJ07181543Q are those in effect through FAC 05-15. The NAICS Code and the small business size standard for this procurement are 611512 and $23.5M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Johnson Space Center, Attn: Receiving Building 421, 2101 NASA Parkway, Houston, TX 77058 is required within 180 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the item described above are due by January 31, 2007 @ 3:00 P.M. Central Standard Time (CST) to Kirby Condron via fax at (281)483-4173, email at kirby.l.condron@nasa.gov, or post at the office address listed above and must include training plans, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product offered is other than domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.204-7 (SEPT 2005), Central Contractor Registration (October 2003) is incorporated herein by reference. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, and 52.232-34. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing to Kirby Condron, kirby.l.condron@nasa.gov, not later than January 17, 2007. Oral, telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (See FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#123199)
 
Record
SN01207532-W 20070110/070108221145 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.