Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

U -- DC-9 FLIGHT TRAINING - FLIGHT SIMULATOR AND GROUND SCHOOL

Notice Date
10/22/2007
 
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
NNJ08224287R
 
Response Due
11/5/2007
 
Archive Date
10/22/2008
 
Point of Contact
Kirby L. Condron, Contract Specialist, Phone 281-483-4193, Fax 281-483-4173, Email kirby.l.condron@nasa.gov - Alice J Pursell, Contracting Officer, Phone 281-483-9027, Fax 281-483-7890, Email alice.j.pursell@nasa.gov
 
E-Mail Address
Email your questions to Kirby L. Condron
(kirby.l.condron@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is being issued as a Request for Quotation (RFQ) for DC-9 Refresher Training - Flight Simulator and Ground School. 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. REQUIREMENTS: A. Introduction The Aircraft Operations Division (AOD) currently uses a DC-9 aircraft to support the Reduced Gravity Program at the Johnson Space Center. The members of the Division?s aircrew, who fly the DC-9, have all completed the required DC-9 initial transition training. The objective is to acquire DC-9 aircrew refresher training. This training shall thoroughly cover aircraft systems, operational procedures, normal/abnormal procedures, and systems integration for the DC-9 aircraft. B. Requirements The ground and simulator training curriculum shall be FAA approved. Ground school instructors and simulator instructors shall be expertly knowledgeable in DC-9 systems and operational procedures and FAA certified. The ground school instruction shall be presented live versus on video, etc. The flight simulator shall have an FAA Level C rating or greater. C. Scope/Schedule The first course shall begin in January 2008. All 4 courses shall be completed by mid-March 2008. A flight crew consists of 2 pilots and 1 flight engineer. Although, the flight engineer is part of the flight crew, flight engineer participation in the training will not require additional simulator time. The daily schedule is as follows: Day 1 ? 8 hours Ground School; Day 2 ? 4 hours Ground School; 4 hours Simulator; Day 3 ? 4 hours Simulator; and Day 4 ? 4 hours Simulator. The provisions and clauses in this solicitation are those in effect through FAC 05-20. 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. The DPAS rating for this procurement is DO-C9. Offers for the item described above are due by November 05, 2007 @ 3:00 P.M. Central Standard Time (CST) to Kirby Condron via fax at 281-483-4173 or email at kirby.l.condron@nasa.gov and shall 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 (SEPT 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 (JULY 2006), Central Contractor Registration (October 2003) is incorporated herein by reference. (Offerors must have a valid Cage Code to do business with the Government). FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEPT 2007), 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 October 30, 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
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#127484
 
Record
SN01438815-W 20071024/071022223800 (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.