SOLICITATION NOTICE
U -- Flight Familiarization Training - Syllabus - Wage Determinations - PWS
- Notice Date
- 5/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
- ZIP Code
- 78235
- Solicitation Number
- FA8900-09-R-0004
- Archive Date
- 6/3/2009
- Point of Contact
- Juan A Villarreal,, Phone: 210-536-5977, Ralph Urias,, Phone: 210-536-4401
- E-Mail Address
-
juan.villarreal@brooks.af.mil, Ralph.Urias@brooks.af.mil
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Wage Determinations Flight Surgeon Flight Practicum 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 requirement will be for a Firm-Fixed Price (FFP) contract with one basic and one option period. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as request for proposal No. FA8900-09-R-0004. The United States Air Force School of Aerospace Medicine (USAFSAM) requires Aeromedical Flight Instruction services. Training will be for Aerospace Medicine Primary (AMP) students and include "ground school" and flight-related academic lectures in a group setting, and provide a dedicated flying training unit that will permit student control with an instructor in all phases of flight. The flying demonstration and proficiency curriculum will be specifically designed to expose flight surgeon students to the rigors of flying, mission planning, modern cockpit symbology, disorientation, instrument techniques, aerobatic and formation flight. The government seeks a vendor to provide an "operational" aviation training unit. This unit is to be initially established within a 30 mile radius of Brooks City Base, Texas area. The contractor will furnish all aircraft, aircraft maintenance, labor, training facilities and physical and personnel security. The requirements are for validation, small-scale testing, large-scale testing, and partial implementation of the USAFSAM Aerospace Medicine Primary Course, Flight Surgeon Flight Practicum syllabus (attachment 2). It is estimated that 1320 hours of aircraft flight time, 2350 hours of certified flight instructor time, and 1060 hours of flight surgeon/pilot time will be required for the basic contract year and it is estimated that the total of flying hours for the Option period is 1350 to 2700 hrs. The number of aircraft, flight instructors, and flight surgeon/pilots required to meet this contractual obligation will increase with each successive element. It is estimated that validation (element 1) will require a maximum of two aircraft and two flight instructors. Small-scale testing (element 2) will require a maximum of three aircraft and three flight instructors. Large-scale testing (element 3) and partial implementation (element 4) will require one or two flight surgeon/pilots and enough aircraft and flight instructors to fly a minimum of 8 sorties per day. The basic year will consist of three student classes and the Option period will consist of three student classes (see PWS attachment 1 for details). There will be two CLINs for the basic consisting of a FFP CLIN 0001 for Program Cost (i.e. program manager, student flight gear, ground preparation/instruction, student briefings, CFI instruction in Aeromedical fundamentals, data and reports) and a FFP CLIN 0002 - 870 hrs for Flight Hour costs (consisting of Element 1 - 60 flight hours, Element 2 - 90 flight hours, Element 3 - 270 flight hours, and Element 4 - 450 hours). Option period will also have two CLINs consisting of a FFP CLIN 1001 for Program Cost (i.e. program manager, student flight gear, ground preparation/instruction, student briefings, CFI instruction in Aeromedical fundamentals, data and reports) and a FFP CLIN 1002 (for pricing purposes please use 2000 hrs) for Flight Hour costs. (Price for CLIN 1002 will be evaluated using an estimated quantity of 2000 hours.) Pricing info should be broken down by the cost for each of the four elements described in the PWS. The NAIC code for the flight training project will be 611512. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-32. 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, (b) (4); A. Plan to meet the schedule requirements of PWS ____, B. Qualifications of the Program Manager ____, C. Aircraft type to be used ____, D. Place of Performance ____. FAR 52.212-2 Evaluation Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government: 1. Technical proposal is realistic and meets the PWS requirements and 2. Price. 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, Option to Extend the Term of the Contract, (a) 30 days, 60 days, (c) 24 months, 52.219-9 -- Small Business Subcontracting Plan, 52.219-28 - Post-Award Small Business Program Rerepresentation, 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, 252.219-7003 Small Business Subcontracting Plan (DoD Contracts), 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). AF 5352.201-9101 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 Center/MAJCOM ombudsmen, Mr. Edward Noack, 3300 Sidney Brooks, Bldg 532, Brooks City-Base, TX 78235-5112, phone: 210-536-2319, fax: 210-536-6642, email: edward.noack@brooks.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 a 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) is not applicable to this acquisition. Offers for this acquisition are due on 19 May 2009, 4:00 P.M. Central Daylight Savings Time. Proposals should be sent to 711 HPW/PKAC, Attn: Juan A. Villarreal, 2510 Kennedy Circle, Brooks City-Base, TX 78235 or e-mail juan.villarreal@brooks.af.mil. Proposal may also be sent to 711 HPW/PKAC, Attn: John King, 2510 Kennedy Circle, Brooks City-Base, TX 78235 or e-mail john.king@brooks.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=773a49d52a2cf6671bd900bdbb603474&tab=core&_cview=1)
- Record
- SN01808041-W 20090506/090504220017-773a49d52a2cf6671bd900bdbb603474 (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 |