Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

W -- Skyvan or equivalent aircraft/pilot rental - Exhibit A - Tech Eval - Attachment 1 - PWS

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524, United States
 
ZIP Code
93524
 
Solicitation Number
F1S0BB2298B001
 
Archive Date
12/19/2012
 
Point of Contact
Monika Masei, Phone: 6612779559, Albert Safille, Phone: 661-277-9119
 
E-Mail Address
Monika.Masei@edwards.af.mil, albert.safille@edwards.af.mil
(Monika.Masei@edwards.af.mil, albert.safille@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Technical Evalutation Template - Do not mark The solicitation number is F1S0BB2298B001. 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 Circular FAC-2005-61 and DFARs Change Notice DPN-20120906 AFFARS Parts AFAC-2012-1107. Federal Supply Class/Service (FSC) code is 6636. NAICS is 532411 and the size standard is $7,000.000.00. Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following service: The 418th Flight Test Squadron of Edwards AFB, CA has a requirement to provide an aircraft that can meet the attached specifications. The Contractor shall provide aircraft capable of supporting low altitude of 2,000' above ground level (AGL) and a high altitude of 14,000' mean sea level (MSL), airspeeds as low as 95 KIAS and static line for live and mannequin dummy drop parachute operations. Aircraft shall be capable of holding a minimum of 5 fully equipped parachutists (approximately 300 lbs. /person with equipment) and up to 6 mannequins (weighing up to 350 pounds and 3' W x 3' L). Aircraft must allow members of the test team to observe and record the deployment of the parachute systems as they are dropped from the aircraft. Aircraft shall have a jump door that measures at a minimum 4.5' W x 4.5' H for safe exits of all drop configurations. Aircraft shall have the capability to load, secure, and deploy airdrops of mannequins by having a roller system or other means of loading and dropping the mannequins. The anticipated period of performance is December 12 2012 to 12 February 2013. Please note, the testing dates can change and the requirement will be closely coordinated with the Program Manager. The approximate amounts of sorties needed are 5, with each sortie lasting around 1.6 hours. Please see the attached Statement of Work for further detail. Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be requested to provide the aircraft. Award will be made to the LPTA offer that is most advantageous to the Government. Technical acceptability will be based on the offeror's responsiveness and Exhibit A (attached) Technical Evaluation Sheet. Technical factors are significantly more important than price. Interested parties who believe they can meet all the requirements for the items described in this combined synopsis/solicitation are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Please provide your response by the CLIN structure below: CLIN 0001 Aircraft service w/ pilot (to include all costs) 1 EA tiny_mce_marker_____ CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED CONTRACTORS CAN ACCESS THE CLAUSSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The following provisions and clauses apply: 52.212-1--Instructions to Offerors 52.212-2 - Evaluation - Commercial Iteams 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 address(es): http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm 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 Rerepresentation 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 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-35 -- Equal Opportunity for Veterans 52.222-37 -- Employment Reports on 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 Alternate I (Mar 2012). 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-01 -- Disputes 52.233-03 -- Protest After Award 52.233-04 -- Applicable Law for Breach of Contract Claim 52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. - To include clauses above checked as appropriate 52.222-42 Statement of Equivalent Rates for Federal Hires. (15030 - Air Crew Training Devices Instructor (Pilot) - GS 14 - $44.48 per hour + $16.12 Fringe Benefits) 52.252-04 -- Alterations in Contract 52.252-06 -- Authorized Deviations in Clauses. 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. 252.204-7008 -- Export-Controlled Items 252.225-7001 -- Buy American Act and Balance of Payments Program 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.232-7003 -- Electronic Submission of Payment Requests 252.232-7010 -- Levies on Contract Payments 252.243-7001 -- Pricing of Contract Modifications 252.247-7023 -- Transportation of Supplies by Sea 252.247-7023 -- Transportation of Supplies by Sea, ALTERNATE III (MAY 2002) 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. Take the training provided. 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 5352.201-9101 -- Ombudsman Ombudsman - Air Force Test Center Vice Commander, 1 South Rosamond Blvd, EAFB CA 93524-1185, PH 661-277-2810, FAX 661-275-7593 52.204-08 -- Annual Representations and Certifications 52.212-02 -- Evaluation-Commercial Items. 52.212-03 -- Offerors Representations and Certifications-Commercial Items. 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.252-01 -- Solicitation Provisions Incorporated by Reference. 52.252-03 -- Alterations in Solicitation. 52.252-05 -- Authorized Deviations in Provisions. 5352.223-9000 -- Elimination of Ozone 5352.242-9000 -- Base Access Offers are due at the Air Force Test Center Contracting Squadron, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than 4 December at 4 pm PST. E-mail address: monika.masei@edwards.af.mil Point of Contact: Monika Masei, Contract Specialist, Phone 661-277-9559, E-mail monika.masei@edwards.af.mil Alberto Safille, Contract Officer, Phone 661-277-9119, E-mail alberto.safille@edwards.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/F1S0BB2298B001/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02934953-W 20121122/121120234934-e8e9e081b9df54b824d268979587a8ea (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.