SOLICITATION NOTICE
U -- Forces to Flyers Solicitation - Solicitation, Attachments, Appendices
- Notice Date
- 3/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
- ZIP Code
- 02142-1093
- Solicitation Number
- 6913G618R200012
- Point of Contact
- Camille Hogan, Phone: 6174943208
- E-Mail Address
-
camille.hogan@dot.gov
(camille.hogan@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Appendix A Proposal Pricing Schedule Proposal Checklist Solicitation Attachment 4 Student Selection Sheet Attachment 3 Flight School Checklist for Student Eligibility Attachment 2 Student Eligibility Statement Attachment 1 Monthly Progress Report Template This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation No. 6913G618R200012 is issued as a Request for Proposal (RFP) in accordance with FAR Part 12, Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective January 24, 2018. This Combined Synopsis/Solicitation is being issued as full and open competition; this is not a small business set-aside. The NAICS code for this procurement is 611512. The small business size standard for NAICS code 611512 is $27.5 million average annual receipts. For more information on NAICS codes and size standards visit: https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/guide-size-standards. The preproposal webinar for Solicitation No. 6913G618R200012 will be held March 20, 2018 at 1:00 PM ET. Use the following link for registration: https://volpecenter.webex.com/volpecenter/onstage/g.php?MTID=ed6a1edd40593a7a87a434bcd11dd8dc2 The Combined Synopsis/Solicitation, its attachments, and related information can also be found on the Forces to Flyers (F2F) website: www.volpe.dot.gov/forcestoflyers. The U.S. Department of Transportation, Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement to provide flight training services to train military veterans without prior military pilot experience as part of a research initiative to study pathways for entering the pilot workforce, identify barriers to pilot training and employment, and implement a demonstration initiative that can provide flight training to veterans interested in becoming airline pilots. The Government intends to award up to four (4) firm-fixed price contracts as a result of this Combined Synopsis/Solicitation. The Offeror's proposal shall be prepared in accordance with FAR 52.212-1 Instructions to Offerors and the instructions included in this solicitation. REQUIREMENTS/SPECIFICATIONS *BEGIN STATEMENT OF OBJECTIVES (SOO)* STUDY ANALYSIS SUPPORT AND REPORTING TASK Sub-Tasks: Recruitment and Selection of Eligible Students. Objective: Recruit up to ten (10) students who are eligible to participate in the F2F initiative. (See minimum eligibility requirements in Attachment 2: Student Eligibility Statement, and Attachment 3: Flight School Checklist for Student Eligibility). Screen and select F2F students. It is anticipated student selection will be completed within sixty (60) calendar days after contract award. Reporting. Objective: Prepare and submit monthly progress reports. Collect evaluation data from F2F students on their training and experience in the initiative. CLASSROOM AND FLIGHT TRAINING TASK Sub- Tasks: Training Delivery. Objective: Deliver the necessary training for up to ten (10) students, each student to submit their Integrated Airman Certification and/or Rating Application (IACRA) form in order to qualify for the examination to earn each respective certificate/rating (listed below). Training includes all course and flight work necessary for the instructor to recommend the student for an examination to receive the certification/rating. Flight schools must maintain status as an FAA-approved pilot school in accordance with Title 14, Code of Federal Regulations part 141 (see https://www.gpo.gov/fdsys/pkg/CFR-2011-title14-vol3/pdf/CFR-2011-title14-vol3-part141.pdf) and approved by the State approving agency (SAA) with jurisdiction over its programs (or the Secretary of Veterans Affairs, when acting as the SAA) to be eligible to receive GI Bill funding reimbursement for the commercial pilot license training. Documentation of Training Completion. Objective: Provide documented proof that each student has completed the necessary training to submit their IACRA form in order to qualify for each examination to earn the certificates/ratings listed below. *END SOO* In accordance with the SOO and the Contractor's Statement of Work (SOW), services to be provided to the Volpe Center for the U.S. DOT's F2F demonstration initiative include the provision of Study Analysis Support and conducting the training necessary for a student to earn the following: 1. Private Pilot Certificate 2. Instrument Rating 3. Commercial Pilot Certificate 4. Multi-Engine Rating 5. Certified Flight Instruction (CFI) Certificate 6. CFI-Instrument (CFI-I) Certificate Offerors shall propose a firm-fixed price for each Contract Line Item Number (CLIN) and Sub-Contract Line Item Number (SLIN) and the total firm fixed price for CLINs 0100-1100. LIST OF CLINS/SLINS The CLIN/SLIN structure and pricing schedule included in Appendix A Proposal Pricing Schedule will be incorporated into any resulting contract. CLIN 0100 is firm-fixed price level of effort to be proposed based on Direct Productive Person Hours (DPPH); CLINs 0200-0500 are base CLINs that will be funded at the time of contract award; and CLINs 0600-1100 are optional CLINs that may be exercised at the sole discretion of the Government. Offerors shall propose a firm-fixed price level of effort to accomplish Study Analysis Support tasks in Direct Productive Person Hours (DPPH). DPPH are defined as prime contractor (and subcontractor, if applicable) direct labor hours, exclusive of labor hours for vacation, holiday, sick leave, and other absences. Offerors shall propose a firm-fixed price for the entire cost to train each of the up to ten (10) students to be prepared for the following examinations - Private Pilot Certificate, Instrument Rating, Commercial Pilot Certificate, Multi-Engine Rating, CFI Certificate, and CFI-Instrument Certificate - as proposed in the Technical Proposal in response to the SOO. Offeror price submissions for CLINS 0200 - 1100 are for training services only. NOTICE TO OFFERORS All questions must be submitted in writing via email to Camille Hogan, camille.hogan@dot.gov no later than 4:00 PM ET March 22, 2018. Questions and answers will be published via an amendment to this Combined Synopsis/Solicitation. The offer should be addressed to the following: U.S. Department of Transportation, Volpe Center, Attn: Camille Hogan, V-221, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to camille.hogan@dot.gov by closing date of April 3, 2018, at 4:00 p.m. ET. No telephone requests will be honored. The Government will not pay for any information received. It is anticipated that an award resulting from this Combined Synopsis/Solicitation will be made on or about May 14, 2018. This Combined Synopsis/Solicitation hereby incorporates all FAR provisions and clauses contained herein. The provisions and clauses cited in this notice can be viewed at: FAR http://www.acquisition.gov/far and Transportation Acquisition Regulation (TAR) https://www.transportation.gov/assistant-secretary-administration/procurement/tar-part-1252-solicitatons-provisions-and-contract NOTE: Any contract award resulting from this solicitation is anticipated to be awarded using the Standard Form (SF) 1449 and will include substantially the same content as this notice; however, any of the solicitation instructions or references to solicitation documents will be eliminated. FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2017) applies to this acquisition and is incorporated by reference (the complete provision is attached to this notice). Addenda to FAR Provision 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017) are as follows: Addenda to FAR Provision 52.212-1(b), add the following to existing subparagraph (11): All proposal submissions shall include a cover letter signed by an agent authorized to propose of behalf of the flight school with a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation, and acknowledging any and all amendments. {End Addenda} Addenda to FAR Provision 52.212-1(b), add the following subparagraph (12): The Offeror's failure to comply with the solicitation instructions may render its proposal package to be non-responsive. The Offeror's proposal must be completed and: 1. Offers must be received via email sent to camille.hogan@dot.gov by the closing date/time in order to be considered. 2. The Offeror's proposal and forwarding email (in the subject line) must be marked with Solicitation Number 6913G618R200012. 3. Offerors are required to submit their proposals in two (2) separate electronic file attachments. One attachment shall be titled Price Proposal (Volume I) and the other attachment titled Technical Proposal (Volume II). Each volume should be complete in itself so that evaluation of each part may be accomplished concurrently and evaluation of non-price factors may be made strictly on the basis of technical merit. Prices and dollar values shall be stated only in the Price Proposal and shall be omitted from the Technical Proposal. Each volume of the proposal should clearly state the region for which the Offeror's proposal will be considered (see paragraph 52.212-2(d)). 4. The time of receipt of proposal is no later than 4:00 PM ET, April 3, 2018. {End Addenda} Addenda to FAR Provision 52.212-1(b), add the following subparagraph (13): Price Proposal (Volume I): Offerors shall complete Solicitation Appendix A "Proposal Pricing Schedule" by filling in the Microsoft Excel Spreadsheet sections highlighted in green. Prices proposed on the "Proposal Pricing Schedule" shall be inserted into the SF 1449 at the time of each contract award by the Contracting Officer (CO). Offerors shall include all pricing information they feel is necessary to clearly present their costs as part of a narrative price proposal supplement, if applicable. After submission of the initial price proposal Offerors shall provide additional information or details if requested by the CO. In accordance with the Proposal Pricing Schedule, Offerors first insert a calculated cost for SLINs XX03 of CLINS 0200 - 1100, then deduct $13,526* from that amount to reach the final price that Offerors will propose for SLINs XX03. The $13,526 deduction represents an amount of training cost that will not be paid under this contract, but that may be paid using the GI Bill benefit of the student or another source of funding obtained by the student. * While this amount represents the 100% benefit level for the Post-9/11 GI Bill for vocational training, students may utilize various funding sources to fulfill this deduction amount. Technical Proposal (Volume II): The Offeror's technical proposal must be submitted in PDF format in accordance with the following requirements: -It shall not exceed 12 pages. This page limit does not include the required appendices nor any marketing material that you want to provide. -Font size shall be no smaller than 10 point. Offerors shall provide a SOW in response to the SOO as part of the technical proposal. For this effort, the SOW shall clearly illustrate how the work will be performed and how the objectives of the (SOO) will be achieved. The Offerors' proposed SOW shall address the following SOO tasks and subtasks: (1) Study Analysis Support and Reporting - Recruitment and Selection of Eligible Students - Reporting (2) Classroom and Flight Training -Training Delivery -Documentation of Training Completion Offerors shall also be evaluated on past performance as captured in the criteria below. The two SOO tasks and past performance are considered three sub-factors and will be evaluated equally. STUDY ANALYSIS SUPPORT AND REPORTING A. Provide description of project manager duties and the processes to be used to monitor and assess students and report their training status and experiences to the Government. Describe how the contract attachments will be utilized. Identify the individual responsible for overall project. B. Propose the recruitment plan to be used to promote the initiative to potential applicants. The plan shall include a description of activities and approaches to be used in recruitment. C. Describe the process to be used for selecting students. Explain how this process will ensure those selected at a minimum meet the requirements contained in Attachment 2: Student Eligibility Statement and Attachment 3: Flight School Checklist for Student Eligibility. D. Describe the methodology to be used to collect student feedback to help understand the student's experience and satisfaction in participating in the overall initiative. The compilation of evaluation data should include all aspects of the initiative from recruitment to completion of training and certification readiness. CLASSROOM AND FLIGHT TRAINING A. Provide documentation that the flight school meets the following eligibility requirements: -Is an FAA-approved pilot school certificated in accordance with Title 14, Code of Federal Regulations part 141 (see https://www.gpo.gov/fdsys/pkg/CFR-2011-title14-vol3/pdf/CFR-2011-title14-vol3-part141.pdf) -Is approved by the SAA with jurisdiction over its programs (or the Secretary of Veterans Affairs, when acting as the SAA) to be eligible to receive GI Bill funding reimbursement for the commercial pilot license training. B. Describe the classroom and flight training program to be provided in order for students to earn each of the following: Private Pilot Certificate, Instrument Rating, Commercial Pilot Certificate, Multi-Engine Rating, Flight Instructor (CFI) Certificate, and CFI-Instrument (CFI-I) Certificate. Marketing or training brochure information can be submitted and will not be counted in the page limit. Please include any unique program attributes that benefit training quality, including mention of any Professional Pilot Program if one exists. C. Describe the documentation the flight school will provide to the Government as confirmation that students qualify for the examination to earn each certificate/rating Documentation must verify that the student has completed the necessary training to make them eligible for their certificate/rating examination. PAST PERFORMANCE A. Provide data on accidents and incidents as required to be reported to National Transportation Safety Board and/or FAA under 49 CFR 830 involving the offeror's training program from 2012-2017 (5 years). B. Describe previous relationships with regional or major airlines and what activities have existed to support students in finding employment upon earning their CFI-I. C. Provide information on employment rates of graduates and employer types from past flight training provided (e.g., commercial airline, freight airline). If this information is not readily available, flight schools shall provide such a statement in their proposal. {End Addenda} Addenda to FAR Provision 52.212-1(c) as follows: FAR 52.212-1(c) states: Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Addenda changes the time period from 30 calendar days to 75 calendar days from the date specified for receipt of offers. {End Addenda} FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applies to this acquisition and is incorporated by reference. The criteria to be included in paragraph (a) include Technical Approach and Price. For each award, the technical approach evaluation factor is more important than price. Addenda to FAR Provision 52.212-2 Evaluation- Commercial Items (OCT 2014) are as follows: Addenda to FAR Provision 52.212-2, add the following paragraph (d): The Government intends to make four (4) contract awards based upon initial offers without entering into discussions or negotiations. This RFP is expected to result in one (1) contract award in each of the following regions as described below: Western Pacific/ Northwest/Mountain/Alaskan; Central/Great Lakes; Southwest; and Eastern/Southern, subject to receipt of acceptable proposals. The contract awarded in each region will require students to be trained at a facility in that specific region. If an Offeror desires to provide training to students in multiple regions, it must submit separate proposals for each region in which it will provide training. Western Pacific/Northwest Mountain/Alaskan: Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, Nevada, Oregon, Utah, Washington, Wyoming Central/Great Lakes: Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North Dakota, Ohio, South Dakota, Tennessee, Wisconsin Southwest: Arkansas, Louisiana, Mississippi, New Mexico, Oklahoma, Texas Eastern/Southern: Alabama, Connecticut, Delaware, Florida, Georgia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Vermont, Virginia, Washington, D.C., West Virginia While it is the Government's intent to make awards based upon initial offers, the Government may, nevertheless, determine during the evaluation period that it is necessary to conduct discussions. In that case, the CO will establish a competitive range and conduct negotiations with the firms in that range. Negotiations with Offerors from one region do not require negotiations with Offerors from all regions. {End Addenda} Addenda to FAR Provision 52.212-2, add the following paragraph (e): Evaluation: For each contract award, an award will be made to the Offerors whose proposals offer the best overall value to the Government based on an integrated assessment of the non-price (Technical Proposal) and price (Price Proposal Factor) factors. The Technical Proposal will consist of three equally weighted sub factors for Technical Approach: (1) Study Analysis Support and Reporting, (2) Classroom and Flight Training, and (3) Past Performance. Also for each award, the technical approach evaluation factor is more important than price. Notwithstanding this fact, Offerors are cautioned not to minimize the importance of the Price Proposal. In the event that the most highly rated Technical Proposals are evaluated as essentially equal, cost/price may become the determining factor in determining best value for award in the tradeoff process. A best value determination will be made per region (see 52.212-2(d)). Adjectival Ratings: The following adjectival ratings and definitions will be used to evaluate Technical Approach. A proposal need not have all of the attributes of the rating definitions defined below in order to be eligible for the rating adjective specified. Superior: Proposal meets all requirements, may exceed one or more requirements, and demonstrates an exceptional approach to and understanding of the requirements of the RFP. Proposal contains numerous strengths and exceptional features that far outweigh any weaknesses. Acceptable: Proposal meets all requirements and indicates a satisfactory approach to and understanding of the requirements of the RFP. Strengths and weaknesses are offsetting or have little or no impact on contract performance. Unacceptable: Proposal does not meet the requirements of the RFP. The proposal contains significant weaknesses and one or more deficiencies. There is no reasonable expectation that acceptable performance would be achieved. Definitions for Proposal Characteristics: Strength: A strength is an aspect of the proposal that exceeds stated requirements and evaluation standards of the solicitation in a way that is beneficial to the Government for the purpose of this particular acquisition. Weakness: A weakness is a flaw in the proposal that increases the risk of unsuccessful contract performance. Significant Weakness: A significant weakness is a flaw in the proposal that appreciably increases the risk of unsuccessful contract performance. A combination of weaknesses in a single factor can equate to a significant weakness. Deficiency: A deficiency is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. {End Addenda} Addenda to FAR Provision 52.212-2, add the following paragraph (f): The SOO is to be the basis for the Offeror's preparation of a proposed SOW. If the Offeror's proposal is accepted for award, the SOW will become part of the contract. {End Addenda} FAR 52.212-3, Offeror Representations and Certification-Commercial Items (NOV 2017) applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items with Price Proposal Volume I. The complete provision is provided in an attachment to this notice. The following additional FAR provisions are applicable to this acquisition and are incorporated by reference in this solicitation: 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.217-5 Evaluation of Options (JULY 1990) CONTRACT CLAUSES FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2018) applies to this acquisition and is incorporated by reference. Note - a copy of the complete clause is attached to this notice. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6 (Alt. I), 52.204-10, 52.204-14, 52.209-6, 52.209-9, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.224-3, 52.225-13, 52.232-33, and 52.239-1. Note - The complete clause is attached to this notice and will be included in full text in any resultant contract at time of award. ADDITIONAL FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.246-15 Certificate of Conformance (APR 1984) TAR CLAUSES INCORPORATED BY REFERENCE: 1252.223-73 Seat Belt Use Policies and Programs (APR 2005) 1252.237-70 Qualifications of Contractor Employees (APR 2005) 1252.242-72 Dissemination of Contract Information (OCT 1994) FAR CLAUSE INCORPORATED IN FULL TEXT: FAR Clause 52.217-7 Option for Increase Quantity- Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line items, identified in the Schedule as option items, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise each option by written notice to the Contractor at any time from the date of award up to six months after the date of contract award. Delivery of option items shall be in accordance with the delivery schedule specified in the contract. ADDITIONAL CONTRACT REQUIREMENTS AND TERMS AND CONDITIONS: CONTRACT PERIOD OF PERFORMANCE The period of performance of each contract is 25 months from date of award. The period of performance for each CLIN is as follows: CLIN 0100 is 25 months; CLINs 0200-0500 are 18 months beginning July 14th, 2018; and optional CLINs 0600-1100 are 18 months from the date the CLINs are exercised. The place of performance for each contract will be at each flight school's facilities. See deliverable table below for complete schedule of performance. CONTRACT DELIVERABLES Kick-Off Call This kick-off meeting will review the initiave and contract administration in further detail. Due Date: Within two weeks of award List of Selected Students Schools must submit Attachment 3: Flight School Checklist for Student Eligibility for each student selected for the F2F initiative. The list of selected students is to be provided using Attachment 4: Student Selection Sheet based on the proposed recruitment and selection plan. Due Date: Within eight weeks of award or within four weeks of notice to exercise option. Progress Reports This monthly report is used to submit information on student progress in completing trainings and uses Attachment 1: Monthly Progress Report Template. Due Date: Monthly, to be submitted to the Contracting Officer and Contracting Officer Representative by the 30th of each month. Rating/ Certificate Completion Confirmation The confirmation provides the necessary documentation, as proposed by the flight school, which verifies that the student has completed the necessary training to make them eligible for their certificate/rating examination. Due Date: Within one week of each student's completion for each rating/ certificate as prescribed in the statement of work. Course Evaluation Results The course evaluation will be used to collect information for programmatic evaluation purposes. Due Date: Within two weeks of the student's completion or withdrawal of the F2F initiative. Exit Conference Call The exit conference call provides the school with an opportunity to share information on the experience as a participating flight school under the F2F initiative. Due Date: Within two weeks after the last student's completion of the F2F initiative. All deliverables shall be submitted via email to the CO and the Contracting Officer's Representative (COR) by the due dates listed above. INVOICE/PAYMENT REQUIREMENTS a) The invoicing and payment office for all contract actions issued by the DOT/Volpe Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma. All invoices, including supporting documentation, are to be submitted electronically (e.g., PDF format) via email to volpeinvoices@faa.gov (all lower case). The CO and COR shall be copied or forwarded a copy of the email. A cover email must accompany each invoice and provide the applicable information in the fields listed in FAR 52.214-(g). b) The Contractor may submit public voucher/invoices not more frequently than monthly, based on the level of effort expended under Contract Line Item Number (CLIN) 0100. The voucher/invoice shall be computed based on the composite rate per hour specified in CLIN 0100 on the SF1449 of this contract. The last of final voucher/invoices will not be paid until the COR has accepted all deliverables and the exit conference call is complete. In accordance with the general provision at FAR 52.246-15, Certificate of Conformance, the Contractor shall submit the following certificate of conformance for each invoice/voucher as certification of having performed the number of hours being billed under CLIN 0100: CERTIFICATE OF CONFORMANCE I certify that on __________ (insert date), the __________________ (insert Contractor's name) furnished the Direct Product Person Hours (DPPH) called for and identified on this invoice/voucher in accordance with the SF1449 and all other applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, and physical item identification (part number), and are in the quantity show on this or on the attached acceptance document. Date of Execution: ___________________ Signature: ___________________ Title: ___________________ c) The Contractor may invoice upon completion of each training certificate/rating milestone per student as defined by each Not Separately Price CLINs 0200-1100 in accordance with the firm fixed price of each Sub-contract Line Item Number (SLIN) at the time of award. The Government may at its sole discretion arrange for a contractor to review invoices and supporting data submitted for payment under the provisions of this contract. The contractor reviewing invoices and supporting data for the Government will perform this function in accordance with contract provisions which prohibit disclosure of proprietary financial data or use of such data for any purpose other than to perform accounts payable services. ADDITIONAL TRAINING FUNDS Pricing under this contract requires the Contractor to deduct $13,526 from the price of the third SLIN of CLINS 0200 -1100. This amount will not be funded by the U.S. Department of Transportation. It is the Contractor's responsibility to ensure this cost is funded. This amount is equal to one academic year of benefits (for academic year 2018 running from August 1, 2018 - July 31, 2019) at a vocational flight school under the Post-9/11 GI Bill. Individual students may use up to one academic year of Post-9/11 GI Bill funding to cover this cost. The Contractor must not certify Post-9/11 GI Bill funding eligibility for a student beyond one academic year and/or $13,526. When a student utilizes their Post-9/11 GI Bill benefit, the Contractor must comply with all resulting requirements placed on it by Chapter 33 of the United States Code, Title 38, including any requirement to return funds to the U.S. Veterans Administration if required by law. Individual students may also use any other source of funding, including their own funds, scholarships, etc., to fund this cost or any portion of this cost not covered by the Post-9/11 GI Bill. The Contractor may also cover this cost or any portion of this cost not covered bythe Post-9/11 GI Bill for the student. The Contractor will be required to continue to perform this contract in full regardless of whether or not it is able to obtain these funds from the individual student. The Contractor may not accept funds in excess of $13,526 from any source other than the U.S. Department of Transportation for the training of each individual student. USE OF NAMES OR MARKS AND ENDORSEMENT Except to the extent required by law, the Contractor shall not, without first obtaining the written consent of the government, (a) use in advertising, publicity, marketing or other promotional materials or activities, the name, trade name, trademark, trade device, service mark or symbol, or any abbreviation, contraction or simulation thereof, of the U.S. Government, U.S. Department of Transportation, and/or Forces to Flyers initiative, or (b) represent directly or indirectly, that any product or any service provided by the Contractor has been approved or endorsed by the U.S. Government, U.S. Department of Transportation, or Forces to Flyers initiative. CONTRACT ADMINISTRATION RESPONSIBILITIES Contracting Officer (CO): The CO has the overall responsibility for this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details, and/or delivery schedules. However, the CO may delegate certain other responsibilities to his/her authorized representatives. The CO is: Camille Hogan 617-494-3208 camille.hogan@dot.gov U.S. Department of Transportation Volpe National Transportation System Center 55 Broadway Cambridge, MA 02142-1001 Contracting Officer's Representative (COR): A COR will be designated by the CO for each contract award in accordance with TAR Clause 1252.242-73 (hereby incorporated by reference). The responsibilities of the COR include, but are not limited to, inspecting and monitoring the Contractor's work; determining the adequacy of performance by the Contractor in accordance with the terms and conditions of this contract; acting as the Government's representative in charge of work at the site to ensure compliance with contract requirements in so far as the work is concerned; and advising the CO of any factors which may cause delay in performance of the work. The COR does not have the authority to make new assignments of work or to issue directions that cause an increase or decrease in the price of this contract or otherwise affect any other contract terms. The COR is: Rachael Sack 617-494-6352 Rachael.sack@dot.gov U.S. Department of Transportation Volpe National Transportation System Center 55 Broadway Cambridge, MA 02142-1001 PERFORMANCE EVALUATIONS In accordance with FAR Subpart 42.15; Contractor Performance Information, the Government shall prepare evaluations of Contractor performance for contracts that exceed $150,000. Performance evaluations will be accomplished at the completion of each year of contract performance. The Government uses the Contractor Performance Assessment Reporting System (CPARS) as the primary method to complete evaluations (www.cpars.gov). Completed past performance evaluations may be accessed in the Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. The Contractor is required to register in CPARS and shall have 14 calendar days in which to respond to Government comments. The Government will consider any comments provided by the Contractor before finalizing a past performance evaluation and will attach the Contractor's comments to the final report. ATTACHMENTS TO THE CONTRACT Attachment 1: Monthly Progress Report Template (3 pages) Attachment 2: Student Eligibility Statement (2 pages) Attachment 3: Flight School Checklist for Student Eligibility (1 page) Attachment 4: Student Selection Sheet (1 page)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/977b6e6d4223d2a1b832e357a73ab768)
- Place of Performance
- Address: Contractor Site, United States
- Record
- SN04852804-W 20180315/180313231451-977b6e6d4223d2a1b832e357a73ab768 (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 |