Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
MODIFICATION

U -- Air Advisor Pre-Deployment Program, MI-17 Aircrew & Maintenance Training

Notice Date
2/14/2008
 
Notice Type
Modification
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302, UNITED STATES
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-08-R-0016
 
Response Due
2/15/2008
 
Archive Date
3/1/2008
 
Point of Contact
Charles Wingerter, Contracting Officer, Phone 210-652-2122, Fax null
 
E-Mail Address
charles.wingerter@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
******* AMMENDMENT 1 to this combined synopsis/solicitation is available. The amendment adds language to the PWS regarding Insurance and incorporates other corrections to the solicitation. To recieve a copy of Amendment 1, contact Charles Wingerter at (210) 652-2122, or e-mail at cjarles.wingerter@randolph.af.mil********* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. FA3002-08-R-0016 is issued as a request for proposal (RFP). The solicitation document exceeds allowable character count for the Federal Business Opportunity Website. The information below is a summary of the solicitation. To receive the solicitation in order to provide a proposal contact Charles Wingerter at (210) 652-2122 or e-mail at charles.wingerter@randolph.af.mil. SCHEDULE CONTRACT LINE ITEM NUMBER (CLIN): 0001; SUPPLIES/SERVICES: Ground Training; UNIT: Each; ESTIMATED QUANTITY: 11; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide ground training in accordance with the Performance Work Statement (PWS) for MI-17 Aircrew & Maintenance Training, Dated 24 January 2008. The offeror shall provide a Firm Fixed Price Per Student. FOB: Destination SIGNAL CODE: A CLIN: 0002; SUPPLIES/SERVICES: Aircraft/Flight Training; UNIT: Each; ESTIMATED QUANTITY: 8; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide flight training in accordance with the Performance Work Statement (PWS) for MI-17 Aircrew & Maintenance Training, Dated 24 January 2008. The offeror shall provide a Firm Fixed Price Per Student. FOB: Destination SIGNAL CODE: A CLIN: 0003; SUPPLIES/SERVICES: Maintenance Training; UNIT: Each; ESTIMATED QUANTITY: 8; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide maintenance training in accordance with the Performance Work Statement (PWS) for MI-17 Aircrew & Maintenance Training, Dated 24 January 2008. The offeror shall provide a Firm Fixed Price Per Student. FOB: Destination SIGNAL CODE: A CLIN: 0004; SUPPLIES/SERVICES: Flight Hours; UNIT: Hours; ESTIMATED QUANTITY: 4; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: FFP DESCRIPTION: Provide 19th AF, MI-17 Instructor Pilot/evaluator crewmembers flight hours periodically to maintain currency and proficiency. The offeror shall provide a Firm Fixed Price Per Flying Hour. FOB: Destination SIGNAL CODE: A CLIN: 0005; SUPPLIES/SERVICES: Travel; UNIT: Lot; UNIT PRICE: _____________; ESTIMATED AMOUNT: _____________ CLIN TYPE: Cost DESCRIPTION: Travel costs related to accomplish training in accordance with the Performance Work Statement (PWS) for MI-17 Aircrew & Maintenance Training, Dated 24 January 2008. Actual travel costs will be reimbursed, G&A and overhead are allowed. Profit and fee for travel related expenses are not allowed. The offeror shall provide estimated for travel for contractor personnel necessary to complete the task. FOB: Destination SIGNAL CODE: A The estimated period of performance is 29 February 2008 through 30 May 2008. The following information was extracted from the Performance Work Statement for MI-17 Aircrew & Maintenance Training. DESCRIPTION OF SERVICES Background: U.S. Government (USG) personnel are required to fly and maintain Mi-17 aircraft in support of Air Advisor Program. Current USG training venues do not have existing capacity to support Mi-17 training for an estimated requirement of eight (8) Mi-17 helicopter pilots, three (3) Mi-17 helicopter flight engineers, and 7 (seven) Mi-17 helicopter maintenance Air Advisors. These Mi-17 Air Advisors are required to be trained in the 27 Feb 08 to 31 May 08 time frame in three (3) classes. The first class shall have three (3) pilots and three (3) flight engineers with a start date not later than (NLT) 29 Feb 08. The second class shall have three (3) pilots and eight (8) maintenance personnel with a start date NLT 24 Mar 08. The third class shall have one (1) pilot with a start date NLT 14 Apr 08. A contract needs to be established to meet this US Air Force (USAF) Mi-17 aircrew training and maintenance training requirements. Objective: Acquire contractor support for Mi-17 helicopter aircrew (pilot and flight engineer) and maintenance training. Mi-17 ground and flying training instruction and course training materials shall be in English, in accordance with this Performance Work Statement (PWS), Attachment 1 and Attachment 2. HQ AETC intends to award one contract to provide Mi-17 ground and flying training instruction. Scope of Work Mi-17 ? Aircrew Training. The contractor shall provide all services necessary to qualify USAF helicopter crew members to perform duties in the Mi-17 aircraft per Attachment 1. Aircrew members shall receive a graduation certificate upon successful course completion. Pilot and flight engineer training consists of approximately 70 hours of academics, two (2) hours of End of Course (EOC) Exam, four (4) hours of Cockpit Procedural Trainer (CPT), ten (10) hours of simulator (or aircraft) training, and fifteen (15) hours of flight training, including a flight evaluation. This training shall include familiarization flight training in remote/unprepared surface operations, night/instrument flight rules (IFR) operations, and day/NVG single-ship/formation low-level tactical operations. The contractor shall develop the training syllabuses and meet the requirements outlined in Attachment 1. The contractor shall notify the Quality Assurance Evaluator (QAE) in the event a student fails to meet required standards or fails a flight evaluation. Minimum passing score for EOC Exam is 85%. Approximate training time for the Mi-17 Pilot/Flight Engineer training shall be approximately 20 training days / one calendar month. Contractors may suggest alternative training solutions or training venues based on their technical approach. It shall be the offeror?s responsibility to include all direct and indirect costs in their proposal when submitted. It shall be the offeror?s responsibility to define their approach in accordance with the workload estimates listed in the PWS. Currency Training. Mi-17 instructor/evaluator crewmembers may need to fly periodically to maintain currency and proficiency. The contractor shall provide a quotation for additional per flying hour costs. Mi-17 Maintenance Training. The contractor shall provide all services necessary to qualify USAF helicopter maintenance personnel to perform duties in the Mi-17 aircraft per Attachment 2. Following course completion, technicians shall demonstrate an understanding of aircraft flight theory and systems? operations and perform basic maintenance functions. Maintenance personnel shall receive a graduation certificate upon successful course completion. Theoretical training shall consist of a minimum of 160 hours. Approximately 50 percent of the maintenance training shall be practical hands-on training. The contractor shall provide all services necessary to prepare USAF maintenance personnel for field maintenance, launch, and recovery duties on the Mi-17 aircraft. The contractor shall develop the training syllabuses and meet the requirements outlined in Attachment 2. The contractor shall notify the Quality Assurance Evaluator (QAE) in the event a student fails to meet required standards or fails an exam. Minimum passing score for EOC Exam is 85%. Approximate training time for the Mi-17 maintenance training shall be approximately 20 training days / one calendar month. Contractors may suggest alternative training solutions or training venues based on their technical approach. It shall be the offeror?s responsibility to include all direct and indirect costs in their proposal when submitted. It shall be the offeror?s responsibility to define their approach in accordance with the workload estimates listed in the PWS. 1.3.3 Tasks. 1.3.3.1 Training provided at the contractor?s facility: The contractor shall provide instruction, equipment and classroom materials necessary to train deploying Mi-17 Aircrew and Maintenance personnel; including but not limited to the following: ? Provide course schedule to meet training requirements ? Identify and schedule suitable facility for each course offering ? Provide accountability for student attendees ? Coordinate/schedule reception teams for each course offering ? Meet programmed graduation dates ? Provide option to extend training in one day increments, for some or all of the USAF personnel to allow for delays due to maintenance or weather ? training quality is paramount ? Flight manuals, checklists, technical manuals, training aids, and instruction shall be in English ? Ensure all translated materials are technically accurate ? For courses taught outside the contiguous United States (OCONUS) the contractor shall provide laundry service or student access to laundry facilities. ? The contractor shall provide adaptors for aircrew and maintenance personnel helmet or headset communication cords to ensure compatibility with the aircraft being flown or serviced. ? The contractor shall advise HQ AETC/A3RE of any special equipment requirements, such as NVGs. ? Personal Protective Equipment (i.e., safety goggles, hearing protection, gloves, and coveralls) shall be provided for each student?s use. Students shall report with all other required equipment and clothing required to accomplish training. For courses taught outside the contiguous United States (OCONUS), contractor shall arrange for daily ground transportation to/from lodging location to training site through US Embassy approved sources. The contractor shall make arrangements for students to have access to breakfast, lunch and dinner facilities. The contractor shall coordinate reservations for students at US Embassy approved hotel facilities. The contractor shall not be required to pay for any student hotel, dining or transportation costs. INFORMATION REGARDING SUBMISSION OF PROPOSAL: Proposals must be submitted no later than 4:00PM CST, on Thursday 14 February 2008. Proposals may be submitted electronically as an e-mail attachment. Whether submitted via electronic media, hand carried, US Mail or mail or other courier service, proposals must be received at 2021 First Street West, Randolph AFB, Texas 78150-4302. The e-mail, sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Submit e-mail offers to Charles.Wingerter@randolph.af.mil and a courtesy copy to Debbie.Aguirre@randolph.af.mil. Past Performance References shall be provided no later than 4:00PM (CST) 8 February 2008. Offerors are cautioned that Randolph AFB, TX has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Difficulties/problems with Internet Service Providers (ISP) and/or network failures will not necessitate justification for late submissions. Late proposals will be processed in accordance with FAR 52.212-1(f) ?Late submission, modifications, revisions, and withdrawals of offers.? The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Addenda are included in the solicitation document. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. 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: (1) PAST PERFORMANCE, (2) TECHNICAL ACCEPTABLITY, (3) PRICE; When combined past performance and technical acceptability are approximately equal to price. Addenda including the basis for contract award are included in the solicitation document. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional clauses applicable to this acquisition are cited in the solicitation document. Numbered Notes 1 and 12 apply. To receive the complete solicitation document in order to provide a proposal for this acquisition, contact Charles Wingerter at (210) 652-2122 or e-mail at charles.wingerter@randolph.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-08-R-0016/listing.html)
 
Record
SN01509686-F 20080216/080214233206 (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.