SOLICITATION NOTICE
U -- High Altitude Training IDIQ
- Notice Date
- 4/29/2024 5:46:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- FA5682 31 CONS DA LGC APO AE 09604-6102 USA
- ZIP Code
- 09604-6102
- Solicitation Number
- FA568224Q8024
- Response Due
- 5/29/2024 7:00:00 AM
- Archive Date
- 06/13/2024
- Point of Contact
- SSgt Brandon Skinner, Phone: 3146327987, Theobeat Cheon, Phone: 3146327952
- E-Mail Address
-
brandon.skinner.2@us.af.mil, theobeat.cheon.1@us.af.mil
(brandon.skinner.2@us.af.mil, theobeat.cheon.1@us.af.mil)
- Description
- DEPARTMENT OF THE AIR FORCE 31st FIGHTER WING (USAFE) Combined Synopsis/Solicitation Requirement Title: Solicitation Number: Solicitation Issue Date: Response Deadline: High Altitude Training FA568224Q8024 29-April-202429-May-2024 no later than 4:00 PM Central European Time (CET) Point(s) of Contact: SKINNER, BRANDON, SSGT, USAF brandon.skinner.2@us.af.mil CHEON, THEOBEAT, 2D LT, USAF, theobeat.cheon.1@us.af.mil 1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 andsupplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes arebeing requested and a written solicitation will not be issued. 2.This solicitation is being issued as a Request For Quotes (RFQ) using Simplified Acquisition Procedures (FAR Part 13) 3.This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2024-03 23-Feb-2024 Defense Federal Acquisition Regulation Public Notice Department of the Air Force Federal Acquisition Circular 15-Feb-2024 7-Jul-2023 4.The North American Industry Size Classification (NAICS) code associated with this requirement is 611512 Description: The United States Air Force (USAF) anticipates awarding a single Firm Fixed Priced (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for high altitude training classes throughout the year, for five (5) years. These lessons must prepare all crew members of the 56th and 57th Rescue Squadron (RQS) in helicopter rescue. Aircrew members will need exposure and training in mountain weather, mountain winds, high DA approaches, first aid, live hoisting, avalanche rescues and dynamics, case study reviews, and application of live rescue scenarios in various conditions. All quotes must adhere to this solicitation in its entirety to include attachments/amendments as applicable. Period of Performance: CLIN 0001, 0002, and 0003 � 07 June 2024 � 06 June 2029 CLIN 1001, 1002, and 1003 � 07 June 2029 � 06 December 2029 Place of Performance | Delivery: Set-aside: Shipping FOB Destination Aviano Air Base, Italy, 33081 Please indicate the Proposed Delivery Date: No Set-asides used General Information Requirement Information Combined Synopsis/Solicitation Item Description of Material or Services to be Purchased Quantity Unit Unit Price Extended Price 0001 Helicopter Mountain Training (1 pilot and 1 SMA) IAW PWS 50 classes Ea -- -- 0002 Mountain Emergency Management Training (2-8 persons) IAW PWS 15 classes Ea -- -- 0003 Augmentation Training IAW PWS 40 classes Ea -- -- 1001 Helicopter Mountain Training (1 pilot and 1 SMA) IAW PWS 5 classes Ea -- -- 1002 Mountain Emergency Management Training (2-8 persons) IAW PWS 2 classes Ea -- -- 1003 Augmentation Training IAW PWS 4 classes Ea -- -- Company Name: Name and Title of Representative: Phone / Email: Discount Terms: Cage Code: By the submission of this quote, the aforementioned Vendor acknowledges the solicitation and all of its amendments as well as takes no objections to the Solicitation's Provisions and Clauses. FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023). Addendum to FAR 52.212-1. Clarification of language used. This solicitation is a Request for Quote (RFQ). If appearing in this solicitation, the terms ""RFP"" shall mean ""RFQ"", the words ""quote"" or ""offer"" shall mean ""quote"", the word ""offeror"" shall mean ""quoter"", and the word ""contract"" shall mean ""purchase order."" Submitting your quote: Submit quotations to the office specified in this solicitation and before the exact time specified in this solicitation. Questions may be submitted no later than 21 May 2024 by 4:00 P.M. Central European Time (CET). Submission deadline: All quotes must be submitted to the following email addresses no-later-than 29 May 2024 by 4:00 P.M. Central European Time (CET): brandon.skinner.2@us.af.mil; theobeat.cheon.1@us.af.mil Content of Quote: Submitted quotes must include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. A general statement of compliance or restatement of the requirement specifications is insufficient. Vendor is responsible for ensuring the quote provided addresses each specification listed in this solicitation. Descriptive literature information such as illustrations, drawings, or a clear reference, such as website information must be made readily available to the Contracting Officer. The Contracting Officer is NOT responsible for locating or obtaining any information not identified in the quote and literature. The Government intends to make an award without discussion; to this end, if a quote does not clearly demonstrate technical compliance and/or does not comply with every requirement contained within this solicitation, the quote will not be considered for award. NOTE: The quoter shall provide the applicable express warranties as a separate document that shall be included in the final contract by addendum. Determination of Contractor Responsibility. All vendors must be registered in the System for Award Management (SAM.gov) at the time of quote submittal. If a vendor is in the process of registering and/or re-validating Representations & Certifications at the time of quote submittal, contact the Contracting Officer prior to the close of the solicitation with all supporting documentation. Vendor Information Instructions to Quoters Combined Synopsis/Solicitation Issuance of IDIQ. The Government intends to issue a single Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract to the vendor that provides the most advantageous quote to the Government. The Contracting Officer may reject any or all quotes. The Contracting Officer will make an award to the vendor whose quote represents the best overall value to the Government in accordance with the Evaluation Criteria specified in the Addendum to FAR 52.212-2, Evaluation - Commercial Products and Commercial Services, below. The Government reserves the right to cancel this RFQ at any time prior to or after receipt of quotes. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a quoter for any costs. 52.212-2 Evaluation�Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by reference. Addendum to FAR 52.212-2. IAW FAR 12.301(c)(2) and the procedures stated in FAR 13.106-2, the Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and is most advantageous to the Government, price and other factors considered. Evaluation Procedures: The Government will award a contract to the quote that represents the Best Value (as defined by FAR 2.101) and results in the lowest overall cost alternative (considering price, warranty, and delivery schedule) to meet the Government�s needs. Award may only be made to a responder who is deemed responsible in accordance with FAR 9.1, whose quote conforms to the solicitation�s requirements (to include all stated terms, conditions, representations, certifications, and all other information required under the Addendum to FAR 52.212-1, Instruction to Offerors, of this solicitation), based on the evaluation factors/subfactors, and to represent the Best value quote. The following factors shall be used in a comparative evaluation: 1)Price: At a minimum the CLINs structure outlined in the solicitation shall be completed. The proposed price shall be submitted in U.S. Dollars and inclusive of supply, shipping and delivery, installation, setup, and training. The Unit Price must be rounded to thesecond decimal. The price of a six-month extension authorized by 52.217-8, Option to Extend Services, shall be assessed in OptionLine Items 1001-1003. Evaluating the Option CLINs does not obligate the government to exercise the Options. 2)Technical Compliance. Quotes will be evaluated based upon how well they adhere to this solicitation's specifications viasubmitted technical documentation and will be rated on an Acceptable/Not Acceptable basis. If no technical documentation isprovided the quote will be deemed unacceptable and/or unresponsive. 3)Past Performance: The Government will evaluate the extent to which the Contractor�s previous experience with projects ofa similar size, scope, and complexity demonstrate its capability to successfully perform the requirements of this solicitation 1.Provide two (2) contracts with successful delivery/performance of similar items dated within the past five (5) years. Indefinite-Delivery, Indefinite-Quantity Minimum Guarantee: The minimum guarantee against this contract will be $150,000.00. ****************************************************************************************************** -TECHNICAL RATINGS - Acceptable: Quote clearly meets the minimum requirements of solicitation Not Acceptable: Quote does NOT clearly meet the minimum requirements of the solicitation ****************************************************************************************************** Only quotes deemed �Responsive� shall be evaluated. All responsive quotes received will be first evaluated by Technical Acceptability and then for Price. The technical evaluation team will evaluate quotes on an Acceptable/Not Acceptable basis. After evaluation, the lowest priced technically acceptable quote will be selected for award. The Contracting Officer further reserves the right to conduct price realism to determine whether quotes are so low/high they reflect a lack of technical understanding by the quoter. If deemed necessary, the Contracting Officer shall reject any quote that is deemed unrealistically low/high. The baseline for price realism stands at 20% from the mean of all offers received. The Government intends to evaluate quotes and award a contract without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Award will be based on the initial evaluation of quotes received in response to the solicitation. Therefore, quoters are cautioned that their initial quotes should contain their best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; and Combined Synopsis/Solicitation may waive informalities and minor irregularities in quotes received. Attachment 1: Provisions and Clauses Attachment 2: Instructions to Offerors (FAR 52.212-1) Attachment 3: Performance Work Statement Attachments�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d15e0df3ad0644728630b16b2454053f/view)
- Place of Performance
- Address: Aviano AB, ITA
- Country: ITA
- Country: ITA
- Record
- SN07045462-F 20240501/240429230043 (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 |