SOLICITATION NOTICE
U -- High Altitude Helicopter Instructor Pilot Training
- Notice Date
- 10/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- RCO Bavaria, Attn: AEUCC-G, Unit 28130, APO, AE 09114-8130
- ZIP Code
- 09114-8130
- Solicitation Number
- W912PB-10-R-0001
- Response Due
- 10/9/2009
- Archive Date
- 12/8/2009
- Point of Contact
- John B. Merlette Jr., 0499641-83-8716
- E-Mail Address
-
RCO Bavaria
(john.merlettejr@eur.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: W912PB-10-R-0001 Notice Type: Combined Synopsis/Solicitation: This is a combined Synopsis/Solicitation for commercial pilot training 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; offers are being requested and a written solicitation will not be issued. This solicitation, W912PB-10-R-0001, is being issued as a Request for Proposal (RFP). This solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-16. This procurement is being solicited as a 100% small business set-aside. The small business size standard is $25.5 M. The SIC Code is 8299. The applicable NAICS Code is 611512 Flight Training. RCO-Bavaria, located in Grafenwoehr, Germany has an URGENT requirement to obtain a Mountain Instructor Pilot Training Course consisting of flight and academic training to gain additional experience with power management and control training techniques for four (4) pilots prior to deployment to Afghanistan. The required tasking for this effort is to have the capability to support the four pilots training from 19-23 October 2009. Alternate training dates cannot be accepted due to the pending timeline for deployment. The principal place of performance will be in the United States and at the contractor's flight training facility. All travel costs for participants will be borne by the Government. Requirement Specifications: High Altitude Mountain Terrain Instructor Pilot Course. This course needs to consist of flight and academic training during which the instructor pilot will gain additional experience with the power management training techniques. The instructor pilot needs to gain knowledge and experience of common mistakes that pilots make while operating in an environment such as Afghanistan. Particular emphasis needs to be placed on control technique mistakes, wind and terrain analysis, visual cues and physiological factors. It must be designed to enhance overall situational awareness, cockpit communication, crew coordination and ultimately, sound judgment and safety in a demanding environment. The training technique needs to revolve around the simulation of maximum aircraft gross weight while performing enroute navigation, multiple recons, landings, and take-offs in rugged mountain terrain. The program requires comprehensive, intense, and completely objective use of aircraft power gauges as the measure of an individuals performance. In addition, the student must acquire the knowledge and techniques required to operate in high density altitude and mountainous environments. Academic instruction needs to include flight techniques, communication and crew coordination, physiological factors, meteorological conditions, emergency planning and updating. The student needs experience with enroute altitudes and landing zones like pinnacles, ridgelines, rolling hills, confined areas, saddles, and jagged peaks at altitudes from 6,500' up to 14,000' PA. All offers for this training shall be from a full service helicopter company that provides flight and specialized training for military pilots and personnel and have been operational for a minimum of ten years. 1. IAW FAR 52.212-2(a), Evaluation Commercial Items, the following factors, listed in order of importance, shall be used to evaluate offers and to make an award:. Companys Prior Experience. Technical Acceptability of the Training offered to meet the Government requirement. Past Performance. Price EVALUATION PROCESS 2. Step 1: A Companys offer will be evaluated based upon its prior experience in providing similar training in scope and purpose to that requested under the solicitation on an Acceptable or Not Acceptable basis. In order to be rated as Acceptable an offeror must provide objective evidence in its offer that one of its main competencies for the last 10 years has been to provide similar training for the military. Objective evidence can be provided in the form of a listing of all similar contracts held within the last 10 years, percentage of companys sales for this type of training, or other evidence that shows the core competency of the company is in pilot training for the specific purpose stated herein. 3. Step 2. Only a company whose prior experience is rated as Acceptable will receive evaluation of its offered training technical acceptability. The technical acceptability of the training offered will be evaluated as either Acceptable or Not Acceptable based upon an evaluation of the information contained in the technical description, descriptive literature, and proposed training syllabus provided by the offeror. A technical description, inclusive of descriptive literature and the proposed training syllabus, of the training offered is to be provided in order to evaluate compliance with all requirements in the solicitation. Descriptive Literature, (as set forth in FAR 52.214-21), of all training offered hereunder shall be included as a part of the firms offer. Failure to provide sufficient technical description, descriptive literature, or a proposed training syllabus will result in an offer being rated as Not Acceptable. The accepted training syllabus will become a part of the resultant contracts Statement of Work. 4. Step 3: An offeror that has been determined to be acceptable based upon its prior experience and technical acceptability of its products will undergo an evaluation of its past performance. An offeror shall provide the minimum past performance information for evaluation as set forth in FAR 52.212-1(b)(10) and additional information pertaining to its ability to exceed commitments in terms of delivery schedule, quality, and/or cost. 5. Step 4. An offerors price will be evaluated to determine if it is fair and reasonable based upon the competitive prices received, historical knowledge of similar training, and/or independent government estimates. 6. Step 5. In the final step, the Government may utilize a price-performance tradeoff in which to make a best value decision. A price-performance tradeoff means that the Government may choose not to accept the lowest price technical acceptable offer and instead may conduct a trade off in which a higher price offer with historical proof of having met or exceeded past commitments for similar types of training is selected for an award. The Government retains the right to make an award to the lowest price technical acceptable offer if it is determined to be the best value. In addition to the requested information to determine technical acceptability, all offers shall provide the following information: a) Price Offer: A price offer that will be the tuition cost per pilot shall be provided for the following: CLIN 0001- Pilot Training, 4 EA, 19-23 Oct 2009 CLIN 7500- Contractor Manpower Reporting. Every Service contract requires the Contractor to input certain contract-related data into a secure database, located at the following website: https//cmra.army.mil/ This CLIN is NOT SEPARATELY PRICED. The contractor shall incorporate pricing for this CLIN into other Line Item for the base period. All proposed tuition rates shall be fully burdened and reflect all costs associated with providing training, inclusive of instruction, equipment use, fuel, overhead, general and administrative costs, and profit. b) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size. c)Representations and Certifications: The contractor is required to complete clause FAR 52.212-3 and a return a copy with their quotation. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.204-7 Central Contractor Registration 52.209-6 Protecting the Governments Interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instruction to Offerors-Commercial Items; 52.212-2 Evaluation Commercial Items 52.212-3 Alt 1 Offeror Representation and Certification-Commercial Items; 52.212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. 52.214-34 Submission of offers in the English Language. 52.219-1 ALT 1 Small Business Program Representations. 52-219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post Award Small Business Program Rerepresentation. 52.225-17 Evaluation of Foreign Currency Offers. 52.232-19 Availability of Funds For The Next Fiscal Year 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated of Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS)clauses are applicable to this acquisition: 252.204-7004 ALT A Required Central Contractor Registration 252.204-7006 Billing Instructions 252.209-7002 Disclosure of Ownership or Control by a Foreign Government 252.212-7001 Contract Terms and Conditions 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications Completed copy of the Offeror Representations and Certifications found under the following provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/. Offers are to be submitted via electronic mail only. The date and time established for receipt of electronic offers is by 1500 hours (local time, Grafenwoehr, Germany)on 09 October 2009. Offers are to be submitted to the attention of JoAnna Lovett-Black at joanna.lovett-black@eur.army.mil. All pages of the offer must reach the office before the deadline specified in this solicitation. The offeror bears the risk of non-receipt of electronically transmitted offers and should confirm receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABN/DABN09/W912PB-10-R-0001/listing.html)
- Place of Performance
- Address: RCO Bavaria Attn: AEUCC-G, Unit 28130, APO AE
- Zip Code: 09114-8130
- Zip Code: 09114-8130
- Record
- SN01982043-W 20091009/091008000625-8a7d09d925623d7a2ccecfdb67c4e49c (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 |