Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

U -- E-9 Widget Flight Training - Request for Quote

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT820209A001
 
Archive Date
9/23/2010
 
Point of Contact
Dustin L. Dallis, Phone: 850-283-3648, Angela M. Maher, Phone: 850-283-2974
 
E-Mail Address
dustin.dallis@tyndall.af.mil, angela.maher@tyndall.af.mil
(dustin.dallis@tyndall.af.mil, angela.maher@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quote Template This is a combined synopsis/solicitation for E-9 Widget Aircraft Training 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; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4AT820290A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The North American Industry Classification System (NAICS) code is 611512. The business size standard is $25.5 mil. Contract Line Item Numbers (CLINS): CLIN 0001: (Qty 2 EA)- Initial Training- should include major components and systems, performance and limitations, standards, emergency procedures, and contents of an approved flight manual. Total training time is approx. 25 days to include approx. 55 hours of academic ground school, 17 hours of systems integration, 18 hours or full motion simulator training, and 18 hours of simulator briefing/de-briefing. Initial Training would not include FAA check ride. CLIN 0002: (Qty 2 EA)-Recurrent Training (Upgrade)- Training is in conjunction with an upgrade; for example, a copilot upgrading to aircraft commander. Review information concerning major components and systems, performance and limitations, standards, emergency procedures, and contents of an approved flight manual over five days curriculum would include 16 hours of academic ground school, 1 hour of systems integration training, and 6 hours of full motion simulator training, 6 hours of briefing/de-briefing. This training would not include an FAA checkride. CLIN 0003: (Qty 2 EA)- Recurrent Training (Annual)- Training would review information concerning major components and systems, performance and limitations, standards, emergency procedures, and an approved flight manual. This training would also emphasize duties to be performed by the particular new flight position a pilot is upgrading to. A total of five days would be allocated for this training. The curriculum would include 16 hours of academic ground school, 1 hour of systems integration training, 6 hours of full motion simulator training, and 6 hours of briefing/debriefing. This training would not include an FAA checkride. CLIN 0004: (Qty 8 Hrs)- Emergency Procedures Simulator Sessions-Dry Lease of simulator, used to check out military pilots on the safe and proper function and use of the simulator prior to the training session. The allotted time would be for 6 hours total (4 hours per day for 2 days, preferable weekend) THIS REQUIREMENT IS SUBJECT TO FAR CLAUSE 52.232-18, AVAILABILITY OF FUNDS The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price- (The cost of perdiem/lodging/travel expenses will be added to the contractor's proposed costs in order to determine the best value.) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: Note: The Service Contract Act does not apply to this acquisition under the following statutory exemption: FAR Part 22.1003-3(f) 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-50 - Combat Trafficking Persons 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.232-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses(Defense Federal Acquisition Regulation Supplement, Chapter 2) 252.203-7000 - Requirements Relating to Copensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7010 - Levies on Contract Payments 252.247-7023 Alt III - Transportation of Supplies by Sea 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 8 Sep 2010, 01:00 PM (CST ).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT820209A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02260412-W 20100901/100830235316-b1f9bef0502d72085441478fc3dc60f2 (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.