Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

U -- MC-12 Sensor Operator Initial Qualification Training - Attachmnet 1 Performance Work Statement - Attachment 3 WD 05-2431 - Attachment 2 Price Schedule - PWS Attachment 1 MC-12 TTL - Appendix 4, ACCI 11-464

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
MC12-SO-IQT
 
Archive Date
4/22/2010
 
Point of Contact
Imelda A Reantaso, Phone: 757-225-5797
 
E-Mail Address
imelda.reantaso@langley.af.mil
(imelda.reantaso@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ACC Instruction 11-464, dated Dec 2003 MC-12 Sensor Operator Training Task List Price/CLIN Schedule Wage Determination 2005-2431, Revision 11 MC-12 Sensor Operator IQT PWS, dated 30 Mar 10 COMBINED SYNOPSIS/SOLICITATION MC-12 SENSOR OPERATOR (SO) INITIAL QUALIFICATION TRAINING Description: 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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as full and open. Description of services to be acquired: Successful offeror shall provide technical non-personal services, aircraft, aircraft maintenance, pilots, instructors, training devices, real property facilities, all courseware materials, and any support labor, equipment and material necessary to enable United States Air Force (USAF) aircrew members to complete a technical training course that fully trains them to operate their MC-12 electro-optical viewing system and the associated equipment that is specified in the Air Force MC-12 Sensor Operator (SO) Training Task List (TTL). The contractor must be capable of offering the same training to the other U.S. military services, Federal Agencies, Coast Guard, and foreign government through approved Foreign Military Sales (FMS) cases. (See attachment 1 - Performance Work Statement) This requirement is not a Small Business Set Aside. This is a full and open competitive acquisition. The NAICS code for this acquisition is 611512 (Flight Training) This combined synopsis/solicitation contains all incorporated provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-38, Effective 1 Feb 10. The following provisions and clauses are applicable: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are required to submit their offers in four sections: Section 1: Price See Attachment 2 for Price/CLIN Schedule Section 2: Technical Capability (not to exceed 20 pages. Page size 8.5x11, Times New Roman, 12 Font). The offeror must meet or exceed ALL technical evaluation factors to be determined technically acceptable. If the lowest priced offeror is determined to be technically acceptable, no further evaluation will be made on other offers received for this procurement. If the lowest priced offeror is not determined to be technically acceptable, the Government will evaluate the next lowest priced offeror until a technically acceptable offer is identified. Technical Capability will be assessed based on the following information: a. Interested Offerors shall describe in their proposal what type of manned-fixed aircraft they intend to use. (Reference: PWS paragraph 4.0) b. Interested Offerors shall describe in their proposal the video system equipment performance criteria. (Reference: PWS paragraphs 4.0 and 4.1.4) c. Interested Offerors shall describe in their proposal the air to ground communication capability. (Reference: PWS paragraphs 4.0 and 4.1.4) d. Interested Offerors shall describe in their proposal the air to air communication capability. (Reference: PWS paragraphs 4.0 ad 4.1.4) e. Interested Offerors shall describe in their proposals the cockpit to cabin interphone capability. (Reference: PWS paragraphs 4.0 and 4.1.4) f. Interested offerors shall describe in their proposals the ability to conduct training within a 20 mile radius of Tinker AFB, OK. (Reference: PWS paragraphs 4.0 and 4.4) g. Interested Offerors shall include in their proposals resumes that support key personnel's ability to perform ground and flight task requirements. (Reference: PWS paragraph 1.3) h. Interested Offerors shall include in their proposals credentials to address the PWS's requirements of appropriate certificates and qualifications required by FAA. (Reference: PWS paragraph 1.3) Section 3: Representations and Certifications per FAR 52.212-3 (This item will be considered met if current Reps and Certs are available on ORCA) Section 4: Offeror shall submit up to a total of three (3) past performance contract references on contracts considered most relevant in demonstrating your ability to perform this effort. This information is required on the offeror, subcontractors, teaming partners, and/or joint venture partners proposed to perform at least 25 percent of the total effort based on the total proposed price, or those that will perform aspects of the effort the Offeror considers critical to performing the contract. References must include the company name, contract number, point of contact, valid contact address and phone number, and a brief synopsis of the contract requirement. Past Performance will be used only as part of the Responsibility Determination - it is NOT an evaluation factor, and will not be taken into consideration in determining technical acceptability. 52.204-7, Central Contractor Registration 52.212-2, Evaluation of Offers--Commercial Items: Proposals will be evaluated using two factors which are as follows and listed from most to least important: (1) Price, and (2) Technical. Award will be made on the basis of the lowest priced, technically acceptable offeror. The offeror must meet or exceed ALL technical evaluation factors to be determined technically acceptable. If the lowest priced offeror is determined to be technically acceptable, no further evaluation will be made on other offers received for this procurement. If the lowest priced offeror is not determined to be technically acceptable, the Government will evaluate the next lowest priced offeror until a technically acceptable offer is identified. The Government does intend to make award without discussions but reserves the right to hold discussions if determined in the best interest of the Government. Evaluation Factors for award of this requirement are Price and Technical Capability. Price will be evaluated as follows: Price will be evaluated for reasonableness. A combination of evaluation techniques will be accomplished IAW FAR 15.404-1(b). The Government will evaluate proposed prices to determine whether prices reflect a clear understanding of the requirements, and are consistent with the various elements of the offeror's technical proposal. Price analysis techniques may include a comparison of proposed prices received in response to the solicitation, comparison with other contract prices for similar services, and/or comparison of proposed prices with the independent government cost estimate. Proposals will then be ranked by total evaluated price from lowest to highest. This will include the total proposed price of the basic contract period and total price for all options. Evaluation of options shall not obligate the Government to exercise option(s). Award will be made to the responsible offeror whose proposal represents the lowest priced, technically acceptable offer. Technical Capability will be evaluated as follows: The offeror shall provide a technical proposal showing how they intend to address the following specific PWS requirements: a. Proposed manned-fixed aircraft must as a minimum meet the requirements of PWS paragraph 4.0. b. Proposed video system equipment must as a minimum meet the requirements of PWS paragraphs 4.0 and 4.1.4. c. Proposed air to ground communication capability must as a minimum meet the requirements of PWS paragraphs 4.0, and 4.1.4. d. Proposed air to air communication capability must as a minimum meet the requirements of PWS paragraphs 4.0 and 4.1.4. e. Proposed cockpit to cabin interphone capability must as a minimum meet the requirements of PWS paragraphs 4.0 and 4.1.4. f. Proposed ability to conduct training within a 20 mile radius of Tinker AFB, OK must as a minimum meet the requirements of PWS paragraphs 4.0 and 4.4. g. Proposed resumes that support key personnel's qualification and ability to perform ground and flight task requirements must as a minimum meet the requirements to PWS paragraph 1.3. h. Proposed credentials to address the PWS's requirements of appropriate certificates and qualifications required by FAA must as a minimum meet the requirements of PWS paragraph 1.3. Technical proposals will be rated Acceptable, if they meet the government's requirements. Reasonably Susceptible of being made Acceptable, if there is doubt regarding whether an aspect of the proposal meets a specified measure of merit established in their technical approach, or Unacceptable, if it fails to meet specified measure of merit established in their technical approach. All Unacceptable proposals will be eliminated from the competitive range and will not be further evaluated. Past Performance Past Performance will be used only as part of the Responsibility Determination - it is NOT an evaluation factor, and will not be taken into consideration in determining technical acceptability. It is to be used after the potential winning offeror has been chosen based upon the Lowest Price Technically Acceptable criteria. As part of the Responsibility Determination, past performance will be evaluated IAW FAR 9.1. In addition to the references provided by each offeror, past performance information may be obtained through Government contractor performance record systems. Additional Required Information 1. Electronic Funds Transfer (EFT) Address: Address: _______________________________________________________________ ABA Routing: _________________________________ Account Number: ______________________________ 2. Company Information: Name: _______________________________________________ Point of Contact/Position: ________________________________ Phone: _________________________ Fax: ___________________________ Business Size/Type: ___________________ TIN: ________________________________ DUNS: ______________________________ CAGE CODE: ________________________ 52.212-3, All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. If this is not included with the offer, the offeror may be considered unresponsive. If current Reps and Certs are posted in ORCA, this requirement will be considered met. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) Clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). X (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). X (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). X (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] __ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __(12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). X (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). X (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) X (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) X (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). X (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (40) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (41) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). X (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). X (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years and 11 months. 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 01020 - Administrative Assistant GS-7 $18.59 $3.35 23021 - Aircraft Mechanic 1 WG-10 $22.49 $3.35 15020 - Aircrew Training Device Instructor GS-11 $27.51 $3.35 31010 - Airplane Pilot GS-11 $27.51 $3.35 52.222-43 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts). 52.228-3, Workers Compensation Insurance, (Defense Base Act) 52.232-18, Availability of Funds 52.232-19, Availability of Funds for the Next Fiscal Year 52.247-34, FOB Destination 52.252-1, Solicitation Provisions Incorporated by Reference 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7010, Levies on Contract Payments 252.246-7000, Material Inspection and Receiving Report 252.204-7004, Alternate A, Central Contractor Registration 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000, Offeror Representations and Certifications-Commercial Items 252.232-7007, Limitation of Government's Obligation. AFFARS 5352.201-9101, Ombudsman. The Ombudsman for this acquisition is Mr. Eric Thaxton, 129 Andrews St., Suite 136, Langley AFB, 23665-2769, phone number: 757-764-5371, email address: eric.thaxton@langley.af.mil The following list of attachments applies to this requirement: Attachment 1 Performance Work Statement; dated 29 Mar 10 Appendix 1 - Service Delivery Summary Appendix 2 - Work Load Estimate Appendix 3 - List of Deliverables Appendix 4 - ACC Instruction 11-464 Attachment 1 - MC-12 Training Task List Attachment 2 Pricing/CLIN Schedule Attachment 3 Wage Determination 2005-2431, Revision 11 Attachment 4 Draft DD 254 (To be issued at a later date) All offers are due no later than Wednesday, 7 Apr 2010, 12:00 PM, EST. All offers must be mailed to the following address: ACC AMIC/PKB Attention: MSgt Imelda A. Reantaso 11817 Canon Blvd, Suite 404 Newport News, VA 23606 Electronic proposals will NOT be accepted. All questions regarding this requirement can be addressed through MSgt Imelda Reantaso at imelda.reantaso@langley.af.mil or (757) 225-5797. All questions regarding this requirement must be submitted no later than 10:00am EST on Friday, 2 Apr 2010. All questions will be answered as received and posted on FedBizOpps for all interested offerors to view.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/MC12-SO-IQT/listing.html)
 
Place of Performance
Address: Within 20 mile radius of Tinker Air Force Base, Oklahoma City, Oklahoma, 73135, United States
Zip Code: 73135
 
Record
SN02106456-W 20100401/100330234950-bd3c078d11ef933e6e084855edd64a06 (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.