MODIFICATION
15 -- Rwanda C-208B Grand Caravan EX Aircraft - Draft RFP Attachments
- Notice Date
- 10/28/2019
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- DRAFT-FA8625-19-R-0001-DRAFT
- Archive Date
- 11/16/2019
- Point of Contact
- Zachary M. Goit, Phone: 9376567446
- E-Mail Address
-
zachary.goit@us.af.mil
(zachary.goit@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Question and Answers Set 4 Draft Contract Draft CDRL Package Total Evaluated Price - CLINs Updated Section L - supersedes all previous versions Rwanda POL and Common Tools Rwanda Spares and Consumables Updated SOW - supersedes previous versions DUE TO THE RECENT UPDATE TO DFARS 215.101-2-70, LPTA IS NO LONGER PERMISSIBLE FOR THE RWANDA ACQUISITION. AS SUCH, AFLCMC/WLI IS USING A TRADE-OFF WITH SCHEDULE ACQUISITION STRATEGY. PLEASE SEE THE BELOW INFORMATION FOR ADDITIONAL CHANGES AND INFORMATION. THIS IS A DRAFT RFP!!! DO NOT RESPOND WITH PROPOSALS, PROPOSALS WILL NOT BE REVIEWED OR ACCEPTED. U.S. AIR FORCE IS SEEKING INDUSTRY COMMENT AND FEEDBACK ON THIS RFP PACKAGE. DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 15.101-2, 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 Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation document, FA8625-19-R-0001, is a Request for Proposals (RFP) and incorporates the applicable FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-88. The associated NAICS code is 336411, Aircraft Manufacturing. This RFP is designated for a full and open competition solicitation. This requirement is for the purchase, delivery and spares for two (2) TAI C-208B Grand Caravan EX aircraft. CLIN Item Description 0001 Textron C-208B EX Aircraft 0001AA Aircraft #1 - Tail # 0001AB Aircraft #2 - Tail # 0002 C-208B EX Spares Package 0003 C-208B EX Support Equipment 0004 C-208B EX Technical Publications Subscription 0005 Flight Training Device (FTD) 0006 FTD Spares Package 0007 Interim Logistics Support (ILS) for FTD (Service)(Option) 0008 ILS for FTD (Service)(Option) 0009 Field Service Representative (FSR)(Service)(Option) 0010 FSR (Service)(Option) 0011 ILS for Aircraft (Service)(Option) 0012 ILS for Aircraft (Service)(Option) 0013 C-208B Alternate Mission Equipment (AME) - Citadel Encrypted Tactical Radio 0014 C-208B AME - All Other 0015 C-208B EX Modifications - Citadel Encrypted Tactical Radio 0016 C-208B EX Modifications - All Others 0017 Aircraft Ferry Period of Performance: First aircraft delivery no later than June 2021, contract terminating July 2022. Ship to: Kigali, Rwanda. FOB is Origin. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items, applies to this acquisition. 52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] If an offeror has not completed the annual representations and certificates electronically at the SAM website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. See the attached list of additional clauses and provisions that applies to this acquisition. The provision at 52.209-7, Information Regarding Responsibility Matters applies to this acquisition. The provision at 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations applies to this acquisition. All items must be TAA compliant in accordance with FAR. 52.211-15 DPAS rating is DO-A1. Open Market pricing is required. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 30 JUNE 2020 Lt. Col. Brian Miller has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at brian.miller@us.af.mil. Proposals are due by 5:00PM EST, 15 NOVEMBER 2019. Proposals shall be sent via email to zachary.goit@us.af.mil. Any questions regarding this acquisition should be directed to Zachary Goit at (937) 656-8172 or by e-mail. Attachments: Statement of Work Section L - Instructions to Offerors Contract Data Requirements List (CDRLs) Draft Contract Document THIS DRAFT RFP WILL BE POSTED UNTIL NOV. 1ST AT 4:00PM EST, IN ORDER TO GIVE INDUSTRY TIME TO REVIEW THE RESPONSES TO THE QUESTIONS ASKED. FURTHER COMMENTS OR QUESTIONS MAY NOT BE CONSIDERED AFTER NOV. 1ST AT 4:00PM EST. THIS IS A DRAFT RFP!!! DO NOT RESPOND WITH PROPOSALS, PROPOSALS WILL NOT BE REVIEWED OR ACCEPTED. U.S. AIR FORCE IS SEEKING INDUSTRY COMMENT AND FEEDBACK ON THIS RFP PACKAGE. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2019-10-04 08:50:05">Oct 04, 2019 8:50 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2019-10-28 10:51:21">Oct 28, 2019 10:51 am Track Changes Changes to Rwanda Program 1. Rwanda solitication has been changed from LPTA to Best Value Trade Off with Schedule a. Section L has been changed to reflect the new acquisition procedure 2. CLINs 7-12 were edited to become service and option CLINs 3. Changes to the SOW requirements: RECORD CHANGES TO SOW DOCUMENT AS FOLLOWS REVISION DATE COMMENT 1 26 Sep 19 - 2.6.4, 2.9.1, 2.9.4, 2.10.3, 3.1.1, 3.1.7: Changed “MOB” to “Kigali Air Force Base, Rwanda” - 2.9.2.1: added, “ that the contractor needs to purchase. Rwanda is responsible to execute the spares resupply, repair sourcing, and scheduling maintenance activities” - 3.1.7: added, “The contractor shall be on site for a period of twelve (12) months, which includes the above preparation time. The contractor shall be responsible for lodging, transportation, meals and any medical requirements while at Kigali Air Force Base, Rwanda.” - 4.2.2: added, “at Kigali Air Force Base, Rwanda” - 4.1.10.1.6: added, “at Kigali Air Force Base, Rwanda” - Added 4.2.4: The contractor shall arrive in country thirty (30) days prior to arrival of the FTD at Kigali Air Force Base, Rwanda. The contractor shall be on site for a period of twelve (12) months, which includes the above preparation time. The contractor shall be responsible for lodging, transportation, meals and any medical requirements while at Kigali Air Force Base, Rwanda. - 4.4.1: Deleted “Training and maintenance schedule” - 4.4.2: Deleted, “to meet scheduled training requirements”. Added, “ for Rwanda” 2 30 Sep 19 - 2.1.1.2: Deleted, option N and M - 2.1.1.4: Deleted, option number - 2.1.1.14: Changed wording to, “13 place club export only”, deleted “commuter” - 2.1.1.15: Added, “to include plywood floor and crew divider” - 2.1.1.16: Changed to 29 inch tires per specifications - 2.3.5.1-2.3.5.7: Deleted, all part numbers from radios - 2.3.5.6: Deleted, 7.0A from the battery specification - 3.2.1: Deleted, “remote austere location in Rwanda” to reflect just “in Rwanda” -3.3.3: Changed, “Contractor shall assist Rwanda”, to “contractor shall procure” - 3.4.1: Changed, from “one day after publication” to “Thirty days after publication” - 4.1.3.8.5: Deleted - 2.3.5.8: Defined required vendor training requirements for hand held radios -2.1.2.3: “Changed from Factory-installed wing attachment points, for external carriage, installed during aircraft production/manufacture” to “ Wing Payload Attach Points (Option FK06R) ” 3 16 Oct 19 -3: added (Two (2) Pre-Priced Options of Six (6) months each) -3.1.7: changed from 12 months to “of two (2) six (6) month options -3.2.1: changed from 12 months to “of two (2) six (6) month options -4.2: added (Two (2) Pre-Priced Options of Six (6) months each) -4.2.4: changed from 12 months to “of two (2) six (6) month options, in Rwanda -4.4.1: changed from 12 months to “of two (2) six (6) month options, in Rwanda 4 17 Oct 19 -2.2.1 (b) – changed from compatible to interoperable -2.2.1 (h) – changed from compatible to interoperable -2.2.3 – changed from compatible to shall “have NVIS lighting” 21 Oct 19 -2.1.4 – changed paint number and finish from RAL 9016 White, matte finish to White, Semi-gloss finish and registration number and clarified that the registration numbers on the tail shall be painted on. -3.1.8 & 4.2.4 – clarified that contractors will receive badges to access the MOB that shall be returned at the end of the contract Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2019-10-11 10:53:25">Oct 11, 2019 10:53 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2019-10-28 10:51:21">Oct 28, 2019 10:51 am Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/DRAFT-FA8625-19-R-0001-DRAFT/listing.html)
- Place of Performance
- Address: Kigali, Rwanda, United States
- Record
- SN05484335-W 20191030/191028230626-6454efa5dae9d16f9ca7c5689addac76 (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 |