Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
SOLICITATION NOTICE

U -- U-Education and Training Services

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, VA, 20151
 
ZIP Code
20151
 
Solicitation Number
RFP-0026140
 
Response Due
6/7/2004
 
Archive Date
6/22/2004
 
Point of Contact
Rhonda Williams, Contracting Officer, Phone 703-814-4910, Fax 703-814-4787,
 
E-Mail Address
tcau.finance@fbi.gov
 
Description
This is a combined synopsis/solicitation for commercial items and is being issued in accordance with the Federal Acquisition Regulation (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 solicitation number RFP-0026140 is issued as a Request for Proposal, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 611512 and the small business size standard is $18.5 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The contractor shall provide a single U.S. Government account for the provision of Pilot Training for the Aviation Special Operations Section (ASOS), for aircraft simulator training for single engine aircraft to maintain the skills and Federal Aviation Administration (FAA) currency of FBI pilots on an annual basis. The simulator at a minimum shall be a full aircraft cockpit with standard aircraft controls and instrumentation. It must be capable of producing all visual and audio characteristics of flight that may be encountered in a single engine aircraft. The flight characteristics of the simulator shall be of those of a high wing aircraft (i.e. Gulfstream V, Citation Encore, deHavilland Dash 8, Turbo Commander 980/1000, King Air E-90, King Air F-90, King Air 350, Cessna 208 Grand Caravan, Cessna R182, Cessna 210, Cessna 206, Bell 412; HUD and EVS Training) and shall be a FAA certified flight training device with day, night and twilight visual capability. Training period shall be 24 hours consisting of six (6) hours single pilot ICC certification, six (6) hours crew coordination/flying two pilots and twelve (12) hours classroom lecture/ground school. The 12 hours of classroom lecture shall cover, at the minimum, the following topics; 1) General information; 2) Electrical system; 3) Power-plant/power-train/main; 4) Rotor/tail rotor; 5) Fuel system; 6) Lighting; 7) Master warning system; 8) Ice and rain protection; 9) Landing gear and brakes; 10) Flight controls; 11) Avionics; 12) Limitations and specifications; 13) Miscellaneous system; 14) Performance ? weight & balance; 15) Pre and post flight inspection; 16) Annunciator panel; 17) Model differences; 18) Fire protection; 19) Auxiliary power unit; 20) Pressurization; 21) Pneumatics; 22) Hydraulics; 23) Heating and air conditioning; 24) Normal procedures; 25) Expanded procedures; 26) Emergency procedures; 27) Maneuvering profiles; 28) Performance charts; 29) Flight profiles; 30) Use of navigation/flight management equipment; 31) Flight planning; 32) Windshear; 33) Crew resource management; 34) Propeller/rotor(s); 35) Aircraft accessories; 36) Enhanced visual system and 37) Heads up display. The simulator training for both single pilot and dual pilot/crew shall consist of at a minimum the following topics: 1) Aircraft configurations during stalls, steep turns, and slow flight; 2) Compliance with instrument clearances; 3) Approaches (ILS, NDB, VOR, GPS) Circle to land, straight-in, and missed approaches with published holds; 4) Holding at facilities, intersections and DME fixed. Equipment failures to include: NAV radio, Communication radio, Alternator, Attitude Indicator, DG, Pitot and Static Source blockage (icing, etc.), Power loss and Gear pump; and 5) Recovery from unusual flight and timed turns to magnetic compass. This is a best value buy. Offers will be evaluated on the ability to meet or exceed the technical requirements of this RFP, past performance and price. The resultant contract will be a firm-fixed price requirements contract for one base year and four one-year options. Proposals will be evaluated based on the factors as listed below for a base year contract, plus four one-year options, to be awarded no later than 7/1/04. Exercise of the awarded contract is contingent upon availability of funds and/or a full appropriation for each new fiscal year. Training services to become effective with award and the place of delivery shall be coordinated through the Aviation Special Operations coordinator. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (Oct 2000). 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals, price, technical capability and past performance. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar pilot training. 52.204-7 Central Contractor Registration (Oct 2003). 52.212-3 Offeror Representations and Certifications - Commercial Items (Oct 2000). Proposals shall be accompanied by completed representations and certifications. A copy of these representations and certifications may be obtained from the Federal Acquisition Regulation web page at www.arnet.gov. 52.212-4 Contract Terms and Conditions - Commercial Items (May 1999). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2000). 52.217-9 Option to Extend the Terms of the Contract (Mar 2000). 52.232 19 Availability of Funds for the Next Fiscal Year. (Apr 1984). 52.242-13 Bankruptcy (July 1995). Funds are not presently available for performance under this contract beyond 9/30/2004. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2004, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (May 1999). In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration?s Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far/. Two (2) copies of a signed and dated proposal must be submitted to the Federal Bureau of Investigation, Suite 202, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 3:00 PM Eastern Standard Time (EST) 6/7/04. All proposals must be submitted in hard copy. NO Faxed proposals will be accepted. The contact for information regarding this solicitation may be obtained by contacting Ms. Rhonda Williams at (703) 814-4910 between the hours of 6:30 AM and 3:00 PM EST, Monday through Friday. The proposal number RFP-0026140 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
 
Record
SN00590262-W 20040523/040521211842 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.