Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
MODIFICATION

L -- Aircrew Training Device/Aid Services - Amendment 1

Notice Date
7/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-16-R-0012
 
Archive Date
8/24/2016
 
Point of Contact
Cassie Hardcastle, Phone: 7645259, Christin L. Lockhart, Phone: 7577649154
 
E-Mail Address
cassie.hardcastle@us.af.mil, christin.lockhart@us.af.mil
(cassie.hardcastle@us.af.mil, christin.lockhart@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 001 Amendment 001 summary: Update details concerning the pre-proposal conference. Update Section 6, Paragraph 7.5. Update the due date for proposals to 04 August 2016 at 1500 EST. Pre-Proposal Conference Announcement: A pre-proposal conference will be held at Luke AFB AZ, on 26 July 2016 beginning at 0900. This announcement represents confirmation that the pre-proposal conference will be held. See Section 6 of the Combined Synopsis/Solicitation FA4890-16-R-0012 for complete pre-proposal conference registration instructions. Interested parties must pre-register for the conference by 14 July 16 at 1200 EST. End This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written (formal) solicitation will not be issued. 1. This solicitation is issued as a Request for Proposal (RFP), solicitation number FA4890-16-R-0012, in accordance with FAR Parts 12 & 15. 2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87, effective 6 April 2016. 3. The North American Industry Classification System Code (NAICS) is 541990 with a business size standard of $15 Million. 4. IAW FAR 19.203(c) and 19.1405(a), this requirement is set-aside 100% for Small Business. All responsible sources may submit a proposal, which if received timely, will be considered for evaluation and award. 5. The contract line items (CLINs) associated with this solicitation can be found in Section 3 of this document. 6. This requirement provides commercial services to develop and maintain Aircrew Training Devices and Aircrew Training Aids (ATDs/ATAs). Development, maintenance, training consultation services, and product development, fabrication, and maintenance, will be performed at Detachment 9 (Det 9), ACC Training Support Squadron (TRSS), Luke Air Force Base (AFB), Arizona. Det 9 ACC/TRSS provides training services and products to ACC, and other United States Air Force (USAF) Major Commands and Department of Defense (DoD) agencies as directed. This mission includes maintenance and development of training products on all DoD weapon systems, including those no longer under a manufacturer's warranty. See Attachment 1 - PWS. 7. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) and FAR 52.215-1, Instructions to Offerors - Competitive Acquisition and addenda applies to this acquisition. The provisions at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) and addenda apply to this acquisition. The provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2016) applies to this solicitation and shall be completed by offerors. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2016), to include additional FAR, DFARS and AFFARS clauses apply as outlined later in this notice. 8. Proposals and deliverables must be received no later than 3:00 PM Eastern Standard Time (EST), 04 August 2016 at ACC AMIC/PKB, 11817 Canon Blvd, Ste. 306, Newport News, VA 23606-4516. 9. Performance Period: Phase-In: 1 May 17 - 31 Jul 17 Base Year: 1 Aug 17 - 31 Jul 18 Option Year One: 1 Aug 18 - 31 Jul 19 Option Year Two: 1 Aug 19 - 31 Jul 20 Option Year Three: 1 Aug 20 - 31 Jul 21 Option Year Four: 1 Aug 21 - 31 Jul 22 10. The award decision will be made on the basis of Lowest Price Technically Acceptable (LPTA). In order to be eligible for award, offerors are required to meet all solicitation requirements, such as terms and conditions; representations and certifications; evaluation factor requirements; and be deemed responsible in accordance with FAR Part 9. If an offeror fails to meet all solicitation requirements, the Government may not make an award to that offeror. It is the offerors responsibility to ensure their proposal meets all the requirements identified herein. See evaluation procedures under FAR Clause 52.212-2 and addendum outlined in this notice. 11. To be eligible for award, the offeror must possess a Secret facility clearance. See Attachment 2 for draft DD254. 12. Additional required information for submission. Point of Contact: Phone: Email: DUNS#: CAGE CODE: Offerors are advised to follow the instructions for solicitation completion and proposal submission as outlined in Section 6 of this document (complete document attached separately) completely.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-16-R-0012/listing.html)
 
Place of Performance
Address: Detachment 9, Air Combat Command Training Support Squadron, Luke Air Force Base, Glendale, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN04179479-W 20160714/160712235035-6a952e8d42b782ba39263d9c104e5323 (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.