Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2024 SAM #8226
SOLICITATION NOTICE

U -- Flight SPIN and Control Room Training

Notice Date
6/3/2024 12:10:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AD4108A001R
 
Response Due
6/5/2024 5:00:00 PM
 
Archive Date
06/20/2024
 
Point of Contact
DENINA HUDSON, Kimberly McGee, Phone: 6612777402
 
E-Mail Address
denina.hudson@us.af.mil, kimberly.mcgee@us.af.mil
(denina.hudson@us.af.mil, kimberly.mcgee@us.af.mil)
 
Description
This is a Combined Synopsis/Solicitation for Aircraft Spin and Control Room Training. PLEASE READ ALL INFORMATION PROVIDED 1.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. 2.� This acquisition requires a�local contractor who can provide the following for Edwards AFB, CA.� Period of Performance/Delivery: approximately 180 days. Services Requested:� The 416 FLTS is looking to purchase five (5) spin training courses/flights with five (5) telemetered control rooms training sessions--Includes on demand spin training for (5) T-7 pilots with a control room for a small group of flight test engineers.� The aircraft used for training must be a small jet fighter type aircraft similar to the T-7A and T-38 and instrumented for departure testing for effective high alpha departure and recovery training.� See Statement of Requirements for Specifics. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote -- ensuring the quote contains information and pricing for all supplies and services included on the Statement of Requirements.� Offerors are required to submit with their quote with enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.� Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). 3.� This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-04 and DFARS Change 06/09/2023 and DAFAC 2023-0707. 4.� THIS REQUIREMENT WILL BE:� Full and Open Competition. The North American Industry Classification System (NAICS) number for this acquisition is 611512 �Flight Training� with a size standard of 34 Million dollars. 5.� Period of Performance/Delivery: approximately 180 Days 6.� The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Mar 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1.� PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN AND/OR WITH YOUR QUOTE: � � �1. SAM UEI � � �2. CAGE Code: � � �3. Contractor Name: � � �4. Payment Terms (net 30) or Discount: � � �5. POC Name, Phone Number, Email: � � �6. Warranty: � � �7. Date Offer Expires: � � �8. FOB Destination: � � �9.� Estimated Delivery Lead Time:� � � �10. Competed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Oct 2014) or notification that FAR 52.212-3 representation and certifications are available on SAM.gov 7.� The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using Best Value Past Performance Technical (PPT) Acceptability. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains two non-cost subfactors: (1) Ability to provide the Aircraft Spin Training and Control Room Training as described in the Statement of Requirements and (2) Experience � offers must submit at least three instances of providing this training. The agency will first rank quotations according to price from lowest to highest and then will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: � � �1. Price � � �2. Technically Acceptability Technically Acceptable Subfactors: � � �1.� Aircraft Spin Training and Control Room Training as described in the Statement of Requirements � � �2.� Experience � Must submit at least three instances of providing this training. The ability to provide the Aircraft Spin Training and Control Room Training will be assigned ratings of satisfactory or unsatisfactory. Experience, for those offers submitting at least three instances of providing the Aircraft Spin Training and Control Room Training, will be considered for quality. �Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience. The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA. 8.� The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. 9.� The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Jun 2023), applies to this acquisition. 10.� Defense Priorities and Allocation System (DPAS): N/A 11.� Quote Submission Information: It is the government�s intent to award without discussions.� Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint.� However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.� Offers are due by 5 Jun 2024, 5:00 PM, Pacific Daylight Time (PDT).� Send to: Denina Hudson, Contract Specialist, denina.hudson@us.af.mil and Kimberly McGee, Contracting Officer, kimberly.mcgee@us.af.mil.� � � � � � � � � � � � � � � � �No late submissions will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81c181f91e0d44f8ae8e68aec036852b/view)
 
Place of Performance
Address: Edwards, CA, USA
Country: USA
 
Record
SN07083811-F 20240605/240603230039 (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.