SOLICITATION NOTICE
U -- Mi-Series Rotary Wing Training Services
- Notice Date
- 6/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-13-R-0002
- Response Due
- 7/2/2013
- Archive Date
- 8/24/2013
- Point of Contact
- Erika Faith Matthews, (757) 878-4825
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(erika.faith.matthews@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is W911W6-13-R-0002 and is issued as a Request for Proposal (RFP). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The applicable North American Industry Classification Standard (NAICS) code is 611512. The small business size standard is $25.5 million. AATD intends to procure Night Vision Goggle/Combat Search and Rescue Qualification training on the Mi-series rotary wing aircraft. A total of three courses are required. Each course will consist of two (2) pilots, one (1) flight engineer, and one (1) pararescue jumper and should take no longer than twelve (12) weeks. All three courses should be completed no later than twelve (12) months from award of the contract. Training services must include certified instructor pilots, a certified program of instruction, operators manual, and diplomas/certificates of completion. In addition, interested parties must be able to provide all training within the continental United States within the timeframe specified below. Interested persons must submit with their proposal a copy of their program of instruction. Offerors should provide a fixed cost per class to include training, lodging, rental car, and gasoline for students. In addition, reserved fixed priced CLINs will be included in the resultant contract for aircraft fuel. The price of these CLINs will be negotiated no less than two weeks prior to the start date for each class date. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda and is incorporated by reference. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the System for Award Management prior to award. Clauses incorporated by reference include FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration, Alternate I; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.242-13, Bankruptcy; 52.244-5, Competition in Subcontracting; 52.246-4, Inspection of Services -- Fixed-Price; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies of Contract Payments; and 252.243-7001, Pricing of Contract Modifications. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; 52-222-42, Statement of Equivalent Rates for Federal Hires; and 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Intended source is Vertol Systems Company, Inc., located 1001 Airport Road, Destin, FL 32541-2895. However, interested firms may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due on July 2, 2013, 12:00 PM EDT and shall be submitted electronically via the Safe Site (https://safe.amrdec.army.mil/SAFE/) or in hard copy to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577. All inquiries regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to erika.f.matthews.civ@mail.mil. Contracting Officer P.O.C. is Elizabeth A. Jackson, 757-878-2100 or elizabeth.a.jackson.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bd919ea8cc07179d058ad8bcc0d4889d)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN03099416-W 20130627/130625235508-bd919ea8cc07179d058ad8bcc0d4889d (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 |