Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
MODIFICATION

U -- United States Air Force School of Aerospace Medicine (USAFSAM) Aeromedical Aviation Laboratory (AAL)

Notice Date
12/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ABG - 311 Air Base Group, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
FA8900-11-R-0005
 
Archive Date
1/26/2011
 
Point of Contact
John W. King, Phone: 210-536-6103, George D Dowdey, Phone: 210-536-2452
 
E-Mail Address
john.king@brooks.af.mil, george.dowdey@brooks.af.mil
(john.king@brooks.af.mil, george.dowdey@brooks.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 additional information included in this notice. This requirement will be for a contract for the remainder of FY 2011 and an option for FY 2012. This solicitation is issued as request for proposal FA8900-11-R-0005. This is an all-electronic solicitation release. No hard copies will be mailed. Amendments to the solicitation will be posted to www.fedbizopps.gov <http://www.fedbizopps.gov/>. It is the responsibility of each offeror to review the webpage for notice of amendments, updates, or changes to current information. THIS IS A SMALL BUSINESS SET ASIDE (amendment 2). The 711 Human Performance Wing, United States Air Force School of Aerospace Medicine (USAFSAM) seeks a vendor to provide an Aeromedical Aviation Laboratory (AAL). This AAL is to be established within 50 road miles of Wright Patterson AFB, OH. The contractor will furnish all aircraft, aircraft maintenance, labor, training facilities and physical and personnel security. The requirements are for two courses to support USAFSAM's AAL. Operations are intense but brief: Total course time for the AAL is approximately 17 weeks. There is currently no requirement for flight operations beyond these 17 weeks per year. Total max combined flight hours needed to support the AAL will be 1740 hours per calendar year.. The maximum number of students in each class is 60, however there have been as few as 32 students historically. Award Basis: Award will be in accordance with FAR 15.101-2 lowest price technically acceptable source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors: The non-cost factors are: Plan to acquire aircraft, personnel and simulators. Type and number of aircraft proposed. Place of performance, classroom space and aircraft maintenance facilities available Qualifications of Program Manager and contract Flight Surgeon Proposals at a minimum, must address these factors. Offerors shall submit with their proposals a list of names and telephone numbers of persons authorized to conduct negotiations. All proposals must be complete, self-sufficient, and respond directly to the requirements of the solicitation. Any commitments made in the proposal shall become part of the resultant contract. Apparent inconsistencies between promised performance and proposed prices shall be fully explained by the offeror. Any significant inconsistency, if unexplained, raises a fundamental issue of the offeror's understanding of the program management and resources required and/or ability to perform the contract. This may be a basis for rejection of the proposal. In no case shall words like "we will comply with the requirements of the contract", or equivalent statements, be acceptable to meet the requirements of this RFP. The government envisions the total contract ceiling per year not to exceed $1,700,000. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, 29 Oct 2010 Offerors must include with their quotations: a completed copy of provisions 52.212-3, Offeror Representations and Certifications--Commercial Items, obtained from Air Force Far Site, http://farsite.hill.af.mil. The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items. The provisions at 52.212-3, Offeror Representation and Certifications Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. 52.212-5, Executive Orders-Commercial Items, 52.203-3 - Gratuities, 52.217-9, 52.219-28 - Post-Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees. 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees. 52.222-41 -- Service Contract Act of 1965, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 252.204-7004, Required Central Contractor Registration, 252.205-7000, Provision of Information to Cooperative Agreement Holders, 252.212-7000, Offeror Representations and Certifications-Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests. Contractors are required to be registered in the Central Contractors Registration (CCR). OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AFRL Ombudsman: Ms Sue Hunter, Director of Contracting, AFRL/PK, (937) 255-0432, email: Sue.Hunter@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Offers for this acquisition are due on 11 January 2011, 4:00 P.M. Central Standard Time. Points of Contact: Shawn G. Rose Acquisition Program Manager Shawn.rose2@brooks.af.mil 210-536-4608 John W. King Contracting Officer John.king@brooks.af.mil 210-536-6103
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/FA8900-11-R-0005/listing.html)
 
Place of Performance
Address: Within 50 miles of Wright-Patterson AFB, OH, Ohio, United States
 
Record
SN02343244-W 20101215/101213234004-fff9a61cb5d05f214664c014ba3bce9d (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.