Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2023 SAM #7984
SOLICITATION NOTICE

U -- USAFADS Thunderbirds Aerobatic Training

Notice Date
10/5/2023 9:43:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
F3GHDA3275AW01
 
Response Due
10/11/2023 4:30:00 PM
 
Archive Date
10/26/2023
 
Point of Contact
Rachel Tilley
 
E-Mail Address
rachel.tilley.1@us.af.mil
(rachel.tilley.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for a commercial item 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; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is F3GHDA3275AW01. This solicitation is issued as a Request for Quote (RFQ). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, effective 22 September 2023. 3. This requirement is solicited 100% Small-Business set-aside, and the associated NAICS code 611512. 4. Below is the contract line-items are listing in Attachment 3 Price List. CLIN 0001� Aerobatic Training for Single Pilot CLIN 0002 Airshow Academics for Single Person 5. USAFADS Thunderbirds Aerobatic Training in accordance with Attachment 1 SOW - USAFADS Aerobatic Training and Attachment 2 Aerobatic Industry Readiness Syllabus. Performance Date: 16-19 October 2023 6. Place of performance is Contractor location utilized for aerobatic training. 7. The following provisions are incorporated by reference. 52.212-1, Instructions to Offerors � Commercial 8. The following provisions are incorporated by full text. 52.212-1, Instructions to Offerors � Commercial, Addendum, applies to this acquisition. (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (2) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers.� The offeror agrees to hold prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (3) To be considered for this requirement, the offeror must provide complete pricing on each CLIN as required.� The contractor shall fill out a unit price, the extended price and a total price for all CLINs.� Please ensure that all prices, extended prices and total prices are checked and verified for accuracy.� DO NOT go two (2) digits beyond the decimal point. (4) In accordance with FAR Part 9, Contractor Qualification information will be used to determine whether an offeror has a satisfactory performance record to determine whether the offeror is a responsible contractor eligible for contract award. An offeror determined to have an unsatisfactory performance record will be determined non-responsible, therefore, the offeror will not be eligible for contract award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. The Government has a right to retrieve additional past performance information through the Government�s past performance databases, Federal Awardee Performance Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS). 52.212-2, Evaluation -- Commercial Items, (Nov 2021) Award will be made to the responsible offeror whose proposal will be the most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price (ii) Technical Factor 1 - Price.� The Government shall conduct a price evaluation of all offers.� The Government will evaluate an offer by adding the total price for all CLINs.� The Government may use various price analysis techniques and procedures to ensure a fair, reasonable and realistic price.� Evaluation of prices will determine if they are compatible with the scope of the effort, are not unbalanced and are neither excessive nor insufficient for the effort to be accomplished.� It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness; however, the Government reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques.� Factor 2 - Technical. �Quotations will be evaluated for technical acceptability. To be considered technically acceptable an offeror shall: Provide evidence that they can complete all work outlined in the SOW, provide evidence that they can meet all timelines outlined in the SOW, and provide evidence that they have qualified employees with the ability to provide all instruction as required in the SOW. Additionally, you must submit active Federal Aviation Administration Air Worthiness Certificate showing approval of airframe for the maneuvers required to meet this training. Technical Acceptable/Unacceptable Ratings Rating� � � � � � � � � � � Description Acceptable� � � � � � � �Offer clearly meets the requirements of the Solicitation and the Requirements Description. Unacceptable� � � � � Offer does not clearly meet the requirements of the Solicitation and the Requirements Description. a. Contract(s) may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, whose offer conforms to the solicitation�s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this RFQ) and is judged, based on the evaluation to represent the best value offer.� The Government intends to evaluate proposals and award 1 (one) contract without discussions with offerors. Therefore, the offeror�s initial proposal should contain the offeror�s best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. After receipt of proposals, the 3 (three) lowest priced will be evaluated against the evaluation factors until either 3 (three) proposals are determined acceptable or all proposals have been evaluated. While the Government will strive for maximum objectivity, the selection process, by its nature, is subjective; and therefore, professional judgment is implicit throughout the entire process.� b. A written notice of award or acceptance of an offer, e-mailed to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 11. Offers are due on Friday, 11 October 2023, at 16:30pm PST.� Offers submitted electronically via email will only be considered for this requirement.� Submit offers to Rachel Tilley at rachel.tilley.1@us.af.mil. Please include the solicitation number, F3GHDA3275AW01, in the Subject Line of the email to ensure prompt receipt of your proposal. List of Attachments Attachment 1 - SOW Attachment 2 � Price List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/662da0078232483c9a2a8a6b67c1f2c7/view)
 
Record
SN06854103-F 20231007/231005230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.