Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

U -- Jet Spin Trainer - FA9302-12-R-0016

Notice Date
3/23/2012
 
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
FA9302-12-R-0016
 
Archive Date
4/24/2012
 
Point of Contact
Ronda M Satori, Phone: 661-277-5020
 
E-Mail Address
ronda.satori@edwards.af.mil
(ronda.satori@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Evaluation Checklist to be used to determine technical accepatabilty Wage Determination for Edwards AFB, Kern County, CA 93524 Pricing Schedule to be completed and return with bid. Performance Work Statement Jet Spin Trainer The solicitation number is FA9302-12-R-0016. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular (FAC) Fac 2005-57; Defense Federal Acquisition Regulation Supplement (DFARS), Change Notice (DCN) DPN 20120312; and the Air Force Federal Acquisition Regulation Supplement (AFFARS), Air Force Acquisition Circulars (AFAC) AFAC 2012-0104 Federal Supply Class/Service (FSC) code is U009. NAICS is 611512 and the size standard is $25,500,000.00. This acquisition is a 100% Small Business set-aside. The AFFTC Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following service via an Indefinite Delivery Indefinite Quantity: Jet Spin Trainer (CM-170, (A)T-37, CT-114, T-2) Task Orders will be issued for each individual visit. CLIN # Noun Guaranteed Min QTY Max QTY 0001 Pilot/Instructor 15 Days 20 Days 0002 MX Personnel 15 Days 20 Days 0003 Sorties 26 Hours 30 Hours 0004 Aircraft Ferry 1 Each 1 Each 0005 Weekend/Standby 8 Days 12 Days Complete attached price schedule (attachment 2) and include with bid. Read attached PWS Dated 02 Feb 2012 for performance requirements Estimated Period of performance 09 APR 2012 to 30 SEP 2012 Actual dates will be coordinated with the Qualitative Evaluation Program Manager Maj Jon Appelt. (visit is currently scheduled for 9-25 July but is subject to change) The provisions at 52.212-1 Instructions to Offerors - Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision 52.212-2, Evaluation -- Commercial Items Addendum - This acquisition will be awarded on a lowest priced technically acceptable basis. Offeror will be ranked according to price and evaluated against the technical evaluation criteria checklist attached to this notice The Offeror must offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and any addenda to the clause included in this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional Provisions are incorporated into this Solicitation; the following Clauses will be incorporated either by full text or by reference (whichever is applicable) in the final award documentation. Contractors can access the clauses by internet URL: http://farsite.hill.af.mil. Provisions incorporated by reference: 52.212-01 -- Instructions to Offerors- Commercial Items. 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 252.204-7011 -- Alternative Line Item Structure 252.209-7001 -- Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7002 -- Disclosure of Ownership or Control by a Foreign Government. The following Provisions will be incorporated in full text. (Contractors can access the clauses by internet URL: http://farsite.hill.af.mil.) Please print and return completed provisions with your quote. 52.204-08 -- Annual Representations and Certifications 52.212-02 -- Evaluation-Commercial Items. (See above addendum) 52.212-03 -- Evaluation-Commercial Items, Alternate I 52.212-03 -- Offerors Representations and Certifications-Commercial Items. 52.222-22 -- Previous Contracts and Compliance Reports. 52.222-25 -- Affirmative Action Compliance. 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.225-2 -- Buy American Act Certificate. 52.252-01 -- Solicitation Provisions Incorporated by Reference. 52.252-03 -- Alterations in Solicitation. 52.252-05 -- Authorized Deviations in Provisions. Clauses incorporated by reference: 52.203-06 Alternate I -- Restrictions on Subcontractor Sales to the Government 52.204-07 -- Central Contractor Registration. 52.204-09 -- Personal Identity Verification of Contractor Personnel 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-04 -- Contract Terms and Conditions- Commercial Items. 52.219-06 -- Notice of Total Small Business Set-Aside 52.219-28 -- Post-Award Small Business Program Re-representation 52.222-03 -- Convict Labor 52.222-19 -- Child Labor---Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-41 -- Service Contract Act of 1965. 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment. 52.222-50 -- Combating Trafficking in Persons 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.232-36 -- Payment by Third Party 52.232-37 -- Multiple Payment Arrangements 52.233-01 -- Disputes 52.233-03 -- Protest After Award 52.233-04 -- Applicable Law for Breach of Contract Claim 52.247-34 -- FOB Destination. 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. 252.204-7000 -- Disclosure of Information 252.204-7008 -- Export-Controlled Items 252.223-7003 -- Change in Place of Performance, Ammunition, and Explosives. 252.223-7006 -- Prohibition on Storage and Disposal of Toxic and Hazardous Materials. 252.225-7001 -- Buy American Act and Balance of Payments Program 252.232-7003 -- Electronic Submission of Payment Requests The following Clauses will be incorporated in full text. (Contractors can access the clauses by internet URL: http://farsite.hill.af.mil.) 52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. To include clauses above checked as appropriate 52.216-18 -- Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 01 JUN 12 through 30 SEP 12. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 -- Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of _Max Qty for each item; (2) Any order for a combination of items in excess of _ Max Qty for each item_; or (3) A series of orders from the same ordering office within ___1_____ days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __1___ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 -- Indefinite Quantity. (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 SEP 12. 52.222-42 Statement of Equivalent Rates for Federal Hires. (Pilot/Instructor - GS 14 - $44.48 per hour + $3.59 Fringe Benefits & Aircraft Mechanic Lead - WL 11 - $29.66 per hour + 3.59 Fringe Benefits) 52.233-02 -- Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Contracting Officer. Protests may be served at - 5 South Wolfe Ave, Bldg 2800, Edwards AFB, CA 93524. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.252-02 -- Clauses Incorporated by Reference. 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/these addresses: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm 52.252-04 -- Alterations in Contract 52.252-06 -- Authorized Deviations in Clauses. 252.204-7004 -- Alternate A, Central Contractor Registration (replace Para A in 52.204-7) 252.204-7006 -- Billing Instructions. Contractor shall bill electronically in Wide Area Work Flow (WAWF) at https://wawf.eb.mil/. To Register as a Vendor in WAWF you will need to register your CAGE Code in WAWF by calling 1-866-618-5988. For further assistance, you may call the WAWF Customer Support at 1-866-618-5988 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.216-7006 -- Ordering Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 01 JUN 12 through 30 SEP 12. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered "issued" when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. 252.223-7002 -- Safety Precautions for Ammunition and Explosives. JP5, JP8, & AV GAS 100LL FUELS 5352.201-9101 -- Ombudsman Ombudsman - Director of Contracting, AFFTC/PK, 5 So. Wolfe Ave, EAFB CA 93524-1185, PH 661-277-2006, FAX 661-275-9606 The contracting officer has determined that all requirements or terms and conditions required for this acquisition are included in this solicitation and consistent with commercial practices. This is an unrated order in according to the Defense Priorities and Allocation System (DPAS). Interested contractors must be registered with the Central Contractor Registry (CCR), to register with CCR, go to URL: http://www.ccr.gov/. Online representations and certifications application (ORCA) must be completed to be eligible for award. The use of ORCA became mandatory 1 Jan 2005 Contractors can access ORCA through the Business Partnering Network by internet URL: http://www.bpn.gov/. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination to Edwards AFB, CA 93524 Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Quotes can submit via Email or FAX. Email: ronda.satori@edwards.af.mil FAX: (661) 275-7833 Offers are due by 16 April 2012, 07:00 am PST. Point of Contact: Ronda Satori - Phone 661-277-5020 E-mail ronda.satori@edwards.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-12-R-0016/listing.html)
 
Place of Performance
Address: USAF Test Pilot School, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN02704210-W 20120325/120323234701-001066a4c22b9cc4e8872712a373fe1f (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.