Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOLICITATION NOTICE

U -- RQ-4 & U-2 CONTRACT AIRCREW TRAINING AND COURSEWARE DEVELOPMENT

Notice Date
1/30/2023 4:41:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
FA489023R0014
 
Response Due
2/13/2023 1:00:00 PM
 
Archive Date
02/28/2023
 
Point of Contact
Ian Larsson, Kelli A. Wright
 
E-Mail Address
ian.larsson@us.af.mil, kelli.wright.1@us.af.mil
(ian.larsson@us.af.mil, kelli.wright.1@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
COMBINED SYNOPSIS/SOLICITATION FA489023R0014 RQ-4/U-2/T-38 CAT/CWD This is a combined synopsis/solicitation for commercial products or commercial services 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 solicitation will not be issued. 1. This solicitation is issued as a Request for Proposal (RFP), solicitation number FA489023R0014 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 2022-08, effective 28 October 2022. 3. The North American Industry Classification System Code (NAICS) is 611512 with a business size standard of $27.5 million. Offerors must be registered in the System Award Management (SAM) site found at https://www.sam.gov under the applicable NAICS Code. 4. IAW FAR 19.203(c) and 19.1405(b), this requirement is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). All responsible sources may submit a proposal, which if received timely, will be considered by ACC AMIC/PKB. 5. The contractor shall furnish all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform RQ-4 �Global Hawk�, U-2 �Dragon Lady� and U-2 T-38 Companion Trainer Program (CTP) Contract Aircrew Training and Courseware Development (CAT/CWD) in support of operations at Beale AFB, CA and Grand Forks AFB, ND. See Attachment 1 � RQ-4/U-2 PWS. 6. The contract line items (CLINs) associated with this solicitation can be found at Attachment 2 � Pricing Schedule. 7. The provisions at FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Nov 2021) and addenda applies to this acquisition. (See Page 3) 8. The provisions at FAR 52.212-2, Evaluation � Commercial Products and Commercial Services (Nov 2021) and addenda applies to this acquisition. (See Page 16) 9. The provisions at FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services (Oct 2022) and addenda applies to this solicitation. (See Page 55) 10. FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. (See Page 38) 11. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Oct 2022), to include additional FAR, DFARS and AFFARS clauses applies as outlined later in this notice. (See Page 38) 12. Proposals and deliverables must be received no later than 4:00 PM Eastern Standard Time (EST), 13 February 2023 at the following email addresses: ian.larsson@us.af.mil & kelli.wright.1@us.af.mil. 13. Performance Period: Phase-In: 1 Apr 23 � 31 May 23 Base Year: 1 Jun 23 � 31 Mar 24 Option Year 1: 1 Apr 24 � 31 Mar 25 Option Year 2:�1 Apr 25 � 31 Mar 26 Option Year 3:�1 Apr 26 � 31 Mar 27 Option Year 4:�1 Apr 27 � 31 Mar 28 14. Award will be made using the Performance Price Trade-off Source Selection Process. The resulting Firm Fixed Price contract will consist of a sixty (60) day phase-in period, a ten month base year and four one-year options. For price evaluation purposes, the phase-in, base 2 year, option years and the six (6) months extension of services will be priced as part of the initial competition. Failure to comply with all instructions contained within this Combined Synopsis/Solicitation could result in the proposal being ineligible for award. It is the offerors responsibility to ensure their proposal meets all the requirements identified herein. See evaluation procedure under FAR Clause 52.212-2 and addendum outlined in this notice. 15. To be eligible for award, the offeror must possess a Top Secret Facility clearance. See Attachment 3 �DD Form 254 Department of Defense Contract Security Classification Specification. 16. Foreign Contractors Participation. Foreign contractors (companies or individuals) participation is prohibited under this solicitation. The acquisition will require the disclosure of classified military information and controlled unclassified information in which foreign contractors are considered non- qualified suppliers and thus are prohibited from submitting proposals. Exceptions may be approved, on a case-by-case limited basis, by the Government contracting agency under direction from the appropriate security agency(ies). The Federal Government reserves the right and has the obligation to impose any security, method, safeguard, or restriction it believes necessary to ensure the unauthorized access to classified information is effectively precluded and that performance of classified services is not adversely affected. 17. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any proposal costs. 18. Additional required information for submission. (See Addendum to 52.212-1, Para 3.3) Point of Contact: Phone: Fax: TIN# DUNS# CAGE CODE Attachments: 1. RQ-4/U-2 Performance Work Statement (PWS) dated 1 Feb 2023 2. Pricing Schedule 3. DD Form 254 4. Question-Comment Matrix 5. Collective Bargaining Agreements
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77e004ff38504be89f8a4bb56cf27bf4/view)
 
Place of Performance
Address: Beale AFB, CA 95903, USA
Zip Code: 95903
Country: USA
 
Record
SN06576574-F 20230201/230130230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.