SOLICITATION NOTICE
U -- Instructor for Modeling and Simulation Course - Modeling and Simulation (M&S) Lesson Objectives
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1STAB2185B0001
- Archive Date
- 8/25/2012
- Point of Contact
- Ronda M Satori, Phone: 661-277-5020 or 8777
- E-Mail Address
-
ronda.satori@edwards.af.mil
(ronda.satori@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Modeling and Simulation (M&S) Lesson Objectives The solicitation number is F1STAB2185B0001. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular (FAC) Fac 2005-59; Defense Federal Acquisition Regulation Supplement (DFARS), Change Notice (DCN) DPN 20120724; and the Air Force Federal Acquisition Regulation Supplement (AFFARS), Air Force Acquisition Circulars (AFAC) AFAC 2012-0330 Federal Supply Class/Service (FSC) code is U004. NAICS is 611512 and the size standard is $25,500,000.00. This acquisition is a 100% Small Business set-aside. The AFTC Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following service. 3 Sessions of Modeling and Simulation Support/Instruction Period of Performance 10 Sep 2012 - 09 Sep 2013. Estimated Class Dates: 10-13 Sep 2012 11-14 Mar 2013 3-6 Sep 2013 Instruction shall be given in 9 total hours, normally broken up into 3-hour intervals per day. There will be a 1-hour exam as well as a 30-minute debrief. All of these activities must be accomplished in the same week and this week will be scheduled by the TPS Education Division Scheduler. The scheduler will initially contact the instructor NLT 30 days prior to begin coordination on the exact week. The instructor will receive an email notification from the scheduler with the requested dates of instruction. Instructor must acknowledge the email within 5 working days and provide any updated slides/materials to be used at least two weeks prior to the scheduled event. It is required that the contractor meet the scheduled dates. If the date changes due to the needs of TPS and/or the contractor within the 30-day window, the new date will be negotiated between the PM and the contractor. If a new date cannot be agreed upon by both parties, the party responsible for the date change request will be considered at fault. Individual must possess the following background to teach the Modeling and Simulation Course at Test Pilot School detailed in the attached syllabus: - Doctoral degree in engineering, math, or physics - Prior teaching experience at a nationally accredited institution - At Least 10 years of hands-on experience in applied aircraft testing - At least 5 years of hands-on experience in the acquisition and use of ground and flight test techniques and facilities. That experience must include: - Computational methods (Computational Fluid Dynamics, Monte Carlo) - Wind Tunnels (low speed, subsonic, supersonic) - Flight test (Flight Test Technique (FTT) selection, Digital Acquisition System (DAS) design, FTT execution, data reduction, formal reporting), including military flight test - Uncertainty Analysis (applications to flight test instrumentation selection, quantification of uncertainty in flight test data) In accordance with FAR 22.11 Professional Employee Compensation this contract is exempt from the Service Contract of 1965 due to the professional nature of these services. The provisions at 52.212-1 Instructions to Offerors Addendum - *OFFEROR MUST SUBMIT A CURRENT RESUME OUTLINING THE LAST 5 YEARS OF EMPLOYMENT AND COPIES OF ALL CERTIFICATIONS AND DEGREES AS THEY RELATE TO THIS ACQUISITION ALONG WITH PRICE PROPOSAL FOR EVALUATION. The provision 52.212-2, Evaluation -- Commercial Items Addendum - *THIS ACQUISITION WILL BE AWARDED ON A LOWEST PRICED TECHNICALLY ACCEPTABLE BASIS. OFFEROR WILL BE RANKED ACCORDING TO PRICE AND EVALUATED AGAINST THE TECHNICAL EVALUATION CRITERIA CHECKLIST ATTACHED TO THIS NOTICE The Offeror must offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and any addenda to the clause included in this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional Provisions are incorporated into this Solicitation; the following Clauses will be incorporated either by full text or by reference (whichever is applicable) in the final award documentation. Contractors can access the clauses by internet URL: http://farsite.hill.af.mil. Provisions incorporated by reference: 52.212-01 -- Instructions to Offerors- Commercial Items. (SEE ABOVE ADDENDUM) 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 252.204-7011 -- Alternative Line Item Structure 252.209-7002 -- Disclosure of Ownership or Control by a Foreign Government. The following Provisions will be incorporated in full text. (Contractors can access the clauses by internet URL: http://farsite.hill.af.mil.) Please print and return completed provisions with your quote. 52.204-08 -- Annual Representations and Certifications 52.212-02 -- Evaluation-Commercial Items. (SEE ABOVE ADDENDUM) 52.212-03 -- Offerors Representations and Certifications-Commercial Items 52.212-03 -- Offerors Representations and Certifications-Commercial Items Alternate I 52.222-22 -- Previous Contracts and Compliance Reports. 52.222-25 -- Affirmative Action Compliance. 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.225-2 -- Buy American Act Certificate. 52.252-01 -- Solicitation Provisions Incorporated by Reference. 52.252-03 -- Alterations in Solicitation. 52.252-05 -- Authorized Deviations in Provisions. Clauses incorporated by reference: 52.204-07 -- Central Contractor Registration. 52.204-09 -- Personal Identity Verification of Contractor Personnel 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-04 -- Contract Terms and Conditions- Commercial Items. 52.219-06 -- Notice of Total Small Business Set-Aside 52.219-28 -- Post-Award Small Business Program Re-representation 52.222-03 -- Convict Labor 52.222-19 -- Child Labor---Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-26 -- Equal Opportunity 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-50 -- Combating Trafficking in Persons 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-01 -- Disputes 52.233-03 -- Protest After Award 52.233-04 -- Applicable Law for Breach of Contract Claim 52.247-34 -- FOB Destination. - Edwards Air Force Base 93524-1185 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. 252.204-7000 -- Disclosure of Information 252.204-7008 -- Export-Controlled Items 252.225-7001 -- Buy American Act and Balance of Payments Program 252.232-7003 -- Electronic Submission of Payment Requests The following Clauses will be incorporated in full text. (Contractors can access the clauses by internet URL: http://farsite.hill.af.mil.) 52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. To include clauses above checked as appropriate 52.252-02 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm 52.252-04 -- Alterations in Contract 52.252-06 -- Authorized Deviations in Clauses. 252.204-7004 -- Alternate A, Central Contractor Registration (replace Para A in 52.204-7) 252.204-7006 -- Billing Instructions. Contractor shall bill electronically in Wide Area Work Flow (WAWF) at https://wawf.eb.mil/. To Register as a Vendor in WAWF you will need to register your CAGE Code in WAWF by calling 1-866-618-5988. For further assistance, you may call the WAWF Customer Support at 1-866-618-5988 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 5352.201-9101 -- Ombudsman Ombudsman - Director of Contracting, AFFTC/PK, 5 So. Wolfe Ave, EAFB CA 93524-1185, PH 661-277-2006, FAX 661-275-9606 The contracting officer has determined that all requirements or terms and conditions required for this acquisition are included in this solicitation and consistent with commercial practices. This is an unrated order in according to the Defense Priorities and Allocation System (DPAS). Interested contractors must be registered with the Central Contractor Registry (CCR), to register with CCR, go to URL: http://www.ccr.gov/. Online representations and certifications application (ORCA) must be completed to be eligible for award. The use of ORCA became mandatory 1 Jan 2005 Contractors can access ORCA through the Business Partnering Network by internet URL: http://www.bpn.gov/. 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 including delivery FOB destination to Edwards AFB, CA 93524 Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Quotes can submit via Email or FAX. Email: ronda.satori@edwards.af.mil FAX: (661) 275-7833 Offers are due by August 10, 2012 11:59 Eastern Point of Contact: Ronda Satori - Phone 661-277-8777 or 661-277-5020 E-mail ronda.satori@edwards.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1STAB2185B0001/listing.html)
- Place of Performance
- Address: Bldg 1220, 220 South Wolfe, Edwards AFB, California, 93524-1185, United States
- Zip Code: 93524-1185
- Zip Code: 93524-1185
- Record
- SN02812730-W 20120726/120724235110-3f5828674678c0bc16106eeca453393e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |