Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

U -- FAA Private/Commercial Pilot Training

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G1AG9030A001
 
Archive Date
10/8/2009
 
Point of Contact
Brooke A Mena, Phone: 702-652-5488, Matthew Leonard, Phone: 7026529575
 
E-Mail Address
brooke.mena@nellis.af.mil, Matthew.Leonard@nellis.af.mil
(brooke.mena@nellis.af.mil, Matthew.Leonard@nellis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the 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 requirement FAA Private/Commercial Pilot Training is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS for this solicitation is 611512. The size standard for a small business under this NAICS code is 25.5M. This is a commercial request for Civilian Flight School Training. Salient characteristics are as follows: CLIN 0001 - 1 ea: FAA Private Pilot Training, Commercial Pilot Training and Instrument Rating Training. Must be FAR part 61 & 141 certified. Private and Instrument Training shall be conducted in a C-172 with IFR certified GPS (or similar) aircraft. Commercial Training shall be conducted in a C-172 RG, Piper Arrow (or similar) aircraft. The training will be a minimum of 190 flight hours in either aircraft. The course will also include books, written and practical testing. The required time of completion is approximately 90 days from start date with an anticipated start date of 15 Nov 09 or sooner. CLIN 0002 - 1 ea: FAA Commercial Pilot Training and Instrument Rating Training. Must be FAR part 61 & 141 certified. Instrument Training shall be conducted in a C-172 with IFR certified GPS (or similar) aircraft. Commercial Training shall be conducted in a C-172 RG, Piper Arrow (or similar) aircraft. The training will be a minimum of 155 flight hours in either aircraft. The course will also include books, written and practical testing. The required time of completion is approximately 60 days from start date with an anticipated start date of 15 Nov 09 or sooner. The requirement is for 2 students, 1 each CLIN and training will need to be conducted simultaneously. The class can be taken on site and needs to be located within the Nevada, Arizona, or California region. Quotes must be tailored to the specific requirements and only the specific requirements. Quotes should be in the following format: price for each item independently and price for combined line items.. Award Basis: Best Value. Award decision will be based upon the offer representing the best value to the government considering the following factors; price, technical capability, salient characteristics, quality, design, warranty, the award shall be made in the aggregate. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.213-2, Invoices; FAR 52.219-6, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submission Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes brooke.mena@nellis.af.mil or you may fax them to the attention of Brooke Mena at 702-652-5405. Quotes are due on or before 3:00pm, Wednesday, 23 September 2009, Pacific Daylight Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G1AG9030A001/listing.html)
 
Record
SN01959828-W 20090919/090918001112-0ee7e8e584102498d4a5d656b4036d56 (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.