SOLICITATION NOTICE
U -- RFP C-21A Pilot Training Services
- Notice Date
- 7/8/2020 1:57:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- FA4452 763 SCONS PKP SCOTT AFB IL 62225-5420 USA
- ZIP Code
- 62225-5420
- Solicitation Number
- AFICC_FA445220R0001_RFP_C21A_Pilot_Training_Services
- Response Due
- 7/27/2020 8:00:00 AM
- Archive Date
- 08/11/2020
- Point of Contact
- Brooke Z. Lorig, Phone: 6182290805, Allye J Wuest, Phone: 6182569957
- E-Mail Address
-
brooke.lorig.1@us.af.mil, allye.wuest@us.af.mil
(brooke.lorig.1@us.af.mil, allye.wuest@us.af.mil)
- Description
- MEMORANDUM FOR ALL �beta.SAM.gov CONTRACTORS FROM:�� 763d Enterprise Sourcing Squadron (763 ESS) �������������� 510 POW/MIA Drive, Building P-40 �������������� Scott AFB IL� 62225 SUBJECT:� Request for Proposal (RFP), FA445220R0001, United States Air Force (USAF) C-21A Pilot Training with Simulator Modification_Amendment 2 1. �This is a Combined Synopsis/Solicitation RFP in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included within this notice. �This RFP is for the subject requirement to be awarded on a competitive best value subjective tradeoff source selection conducted IAW FAR 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), the Air Force Federal Acquisition Regulation Supplement (AFFARS), and the specific requirements outlined in this request and attachments.� The terms and conditions will be utilized IAW FAR Part 12, and the specific requirements outlined in this request and its attachments.� 2. �The Government intends to award a single, Requirements type contract for the subject requirement.� The resulting Requirements contract will have a five year ordering period, with five one-year option ordering periods.� In addition, the Government anticipates awarding an initial FFP Task Order (TO) for the Simulator Modification Services which shall have a Period of Performance not to exceed 16-months.� This RFP is being solicited full and open via the beta.SAM.gov website.��� 3.� The selection for award of this contract will be made to the offeror who is deemed responsible IAW FAR 9, as supplemented, whose proposal conforms to the solicitation�s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Addendum to FAR Clause 52.212-1 of the solicitation) and is judged, based on the evaluation factors and subfactors, to represent the best value to the Government. 4.� Notice to Offeror(s):� Funds are not presently available for this effort. �No award will be made under this solicitation until funds are available. �The Government reserves the right to cancel this solicitation, either before or after the closing date. �In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 5.� Identify any conflict of interest or appearance issues which may be a potential Organizational Conflict of Interest (OCI) IAW FAR 9.5, as supplemented.� Organizational Conflict of Interest mitigation plans or a statement that no OCI exists should accompany your proposal.� Contractors are responsible for immediately notifying the Contracting Officer should any potential conflict of interest arise at any time prior to and/or after contract award. 6.� Your proposal shall include a cover letter stating� proposal acceptance is through 31 October 2020.� Proposals offering acceptance before 31 October 2020 will be deemed unacceptable.� The cover letter shall be submitted on company letter head that includes the company name, address, and a specific point of contact (POC). 7.� Questions and Answers/Assumptions and Exceptions:� Contractors are cautioned that all communications are to be channeled through the Contracting Officer.� Any questions, whether technical or contractual in nature, shall be submitted in writing.� Questions and Answers shall be submitted in writing to the Contract Specialist (CS), Ms. Brooke Lorig, at brooke.lorig.1@us.af.mil, and to the Contracting Officer, Ms. Allye J. Wuest, at allye.wuest@us.af.mil.� All Questions shall be submitted by 10:00 AM Central Time, on 09�July 2020.� Questions will be consolidated and responses will be posted to the beta.SAM.gov website.� No further questions will be addressed on this requirement after this time and date. Contractors shall address any assumptions and proposed exceptions to the Contracting Officer in their proposal.� 8.� This RFP is not authorization to begin performance, and in no way obligates the Government for any costs incurred by the offeror associated with developing a proposal.� The Government reserves the right not to award a contract in response to this RFP.� Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. 9.� Proposals are due by 10:00 AM Central Time on 27�July 2020.� Submit proposals electronically via email to Ms. Brooke Lorig, brooke.lorig.1@us.af.mil, and Ms. Allye Wuest, allye.wuest@us.af.mil.� All electronic submissions shall reference the complete RFP number in the subject line.� LATE PROPOSALS WILL NOT BE ACCEPTED.� 10.� For all technical and contractual questions and comments, please contact Ms. Brooke Lorig, Contract Specialist, via email at brooke.lorig.1@us.af.mil or phone at (618) 229-0805, or Ms. Allye Wuest, Contracting Officer, via email at allye.wuest@us.af.mil or phone at (618) 256-9957. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � RFP Attachments: Attachment 1 � Performance Work Statement (PWS) with attachments and appendices_Amendment 2 Attachment 2 � QASP Attachment 3 � Addendum to FAR Clause 52.212-1_Amendment 2 Attachment 4- Addendum to FAR Clause 52.212-2 Attachment 5 � CDRLs Attachment 6 � Provisions and Clauses Attachment 7 � Simulator Modification Staffing Approach Attachment 8 � Price � Simulator Modification Attachment 9 � Price - Pilot Training Attachment 10 � Past/Present Performance Questionnaire (PPQ) Attachment 11 � Past/Present Performance Information Sheet (PPIS) Attachment 12 � Sample Consent Letter Attachment 13 � Small Business Participation Commitment Document (SBPCD) Template Attachment 14 � �Technical Order 1C-21A-1-4 Attachment 15 -� Time Compliance Technical Orders Attachment 16 - Technical Order 1C-21A-1 Attachment 17 - Technical Order 1C-21A-1-1
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5bfdbc0ad73d452398404911f94363cd/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05714721-F 20200710/200708230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |