Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

U -- Qualitative Evaluation Support - MiG-15 UTI - Bid Schedule - AF TPS Checklist 2 - AF TPS Checklist 1 - Wage Determination Sched - PWS

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1STAB0167B002
 
Archive Date
9/10/2010
 
Point of Contact
Alberto J. Safille, Phone: 6612773045, Debbie Spangler, Phone: 661-277-8436
 
E-Mail Address
alberto.safille@edwards.af.mil, debbie.spangler@edwards.af.mil
(alberto.safille@edwards.af.mil, debbie.spangler@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement dated 28 Jul 2010 Wage Determination Nol 05-2043 (Rev. 11) OI 11-5A3, On-Site Visit Checklist OI 11-5A4, Aircraft Inspection Checklist Bid Schedule/Schedule of Prices This is a combined synopsis/solicitation for commercial service prepared in accordance with (IAW) the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1STAB0167B002. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 and DFARS Change Notice (DCN) 2010-06-08. The NAICS is 611512 and the size standard is $25,500,000.00 annual revenue. Solicitation is for a commercial purchase order. Simplified Acquisition Procedures under FAR 13.5 will be followed. The US Air Force Test Pilot School (USAF TPS), Edwards Air Force Base, CA is seeking potential vendors capable of providing a pilot, instruction and an MiG-15 UTI aircraft in support of its Qualitative Evaluation Program (QE 900) in accordance with the attached Performance Work Statement (PWS). Service Contract Act of 1965 applies and the attached U.S. Department of labor, Wage Determination No. 05-2043 (Rev. 11) will be incorporated as part of the resulting contract. Period of Performance: Basic Period (one year) and one Option Period (one year), two events per year, as described in the Performance Work Statement. First event is scheduled for Oct/Nov 2010. FOB is destination and place of performance is Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements as stated in this Combined Synopsis/Solicitation and attached PWS, are invited to submit a complete quote, including statements of how proposal will meet the Government requirements. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Send all information via e-mail to: dennis.nazareno@edwards.af.mil and alberto.safille @edwards.af.mil. Offerors are required to submit with their quote, enough information to allow the Government to evaluate the minimum requirements detailed in this synopsis. All quotes shall conform to the Contract Line Item structure as established in this Combined Synopsis/Solicitation. Quotes shall be valid for at least 60 days after close of the solicitation (unless vendor specifies a longer time in their written quote). All questions or comments shall be provided in writing to the Primary and Secondary Points of Contacts listed below. The government will not pay for information submitted in response to this Combined Synopsis/Solicitation. Offerors shall provide the requested information not later than the date and time, specified in this notice, to be considered. Faxed transmissions of quotes are acceptable. Fax #: 661-277-6620 (please call to verify that the fax was received). Sending quotes by e-mail is preferred. Note: Funds are not presently available for this requirement. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. FAR Clause 52.232-18, Availability of Funds applies. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008), DFARS 252.204-7004, ALTERNATE A (SEP 2007); FAR 52.212-3 ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) - COMMERCIAL ITEMS (JUL 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA BY INTERNET URL: https://orca.bpn.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, https://orca.bpn.gov/help/help.aspx. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Full text of solicitation provisions or FAR clauses may be accessed electronically through http://farsite.hill.af.mil/. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Provision at 52.212-1, Instructions to Offerors-Commercial (JUN 2008), applies to this acquisition. ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of a price quotation and information about its company, its capabilities, relevant contracts, and qualifications of its personnel to assist the Government in determining technical acceptability. B. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: Price Quote - Submit original and one (1) copy with proposed unit and extended prices. Include pricing for the following Contract Line Item Numbers: SEE ATTACHED BID SCHEDULE /SCHEDULE OF PRICES (Offeror shall bid on all items) Note: The extended amount must equal the whole dollar unit price multiplied by the number of units. The quote shall be provided for Basic and Option Periods (two years), consisting of two events per year. 2. Evaluation Factors for Award. Provision at 52.212-2 -- Evaluation -- Commercial Items. (JAN 1999), 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) Price (2) ) Technical Capability of the services offered to meet the Government requirement a. Proposal evaluation criteria method will be Lowest Price Technically Acceptable. See clause Provision at 52.212-2 -- Evaluation -- Commercial Items. (JAN 1999) listed below for evaluation factors. b. Technical evaluation will be based on the attached Performance Work Statement (Attachment 1), Operating Instruction 11-5 Attachment 3, USAF TPS Qualitative Evaluation Program On-Site Visit Checklist for Operations, Operating Instruction 11-5 Attachment 4, USAF TPS Qualitative Evaluation Program Aircraft Inspection Checklist and Individual Technical Evaluation Checklist. Technical evaluation will be conducted on an acceptable/unacceptable basis. Contractor shall meet all checklist items in order to receive an acceptable rating. ***Note*** If contractor has been evaluated by USAF TPS within the last two years, the government reserves the right to use the previous evaluation. 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.225-4 Alternate I (JUN 2009) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (JAN 2009) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (SEP 2009) 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services (....written notice to the Contractor within 30 calendar days) (NOV 1999) 52.217-9, Option to Extend the Term of the Contract (written notice to the Contractor with 60 calendar days) (MAR 2000) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor, Cooperation with Authorities and Remedies (AUG 2009) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (SEP2009) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Requirements (NOV 2007) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services -- Requirements (FEB 2009) 52.225-3 Alternate II (JUN2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-18, Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-11 Accepting and Dispensing of $1 Coin (SEP 2008) 52.247-64 Preference for Privately-Owned US Flag Commercial Vessels (FEB 2006) The following Department of Defense FAR Supplement (DFARS) clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of former DoD Officials (JAN 2009) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) 252.217-7028 Over and Above Work 252.225-7001 Buy American Act, Balance of Payment Program (JAN 2009) 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (JAN 2009) 252.225-7035 ALT I (OCT 2006) 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program (JUL 2009) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.232-7010 Levies (DEC 2006) 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 Alternate III (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following Air Force FAR Supplement (AFARS) clauses apply to this acquisition: 5352.201-9101 Ombudsman (AUG 2005) 5252.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003) 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007) Contracting Office Address: AFFTC/PKEW 5 S WOLFE AVE Edwards AFB, California 93524-1185 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1STAB0167B002/listing.html)
 
Place of Performance
Address: AF Flight Test Center, 220 N. Wolfe Avenue, Bldg. 1220, United States, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02224087-W 20100801/100730235252-6a9e4f047dda9a6ede507b0bd28d43c7 (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.