SOLICITATION NOTICE
U -- TPS Curriculum Development - Statement of Work - Wage Determination
- Notice Date
- 8/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524, United States
- ZIP Code
- 93524
- Solicitation Number
- F1STAB2195B001
- Archive Date
- 9/25/2012
- Point of Contact
- Monika Masei, Phone: 6612779559, Ronda M Satori, Phone: 661-277-7707
- E-Mail Address
-
Monika.Masei@edwards.af.mil, ronda.satori@edwards.af.mil
(Monika.Masei@edwards.af.mil, ronda.satori@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Current Wage Determination Statement of Work for Curriculum Development The solicitation number is F1STAB2195B001. 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 Circular FAC-2005-60 and DFARs Change Notice DPN-20120724 AFFARS Parts AFAC-2012-0330. Federal Supply Class/Service (FSC) code is U008. NAICS is 611512 and the size standard is $25,500,000.00. This acquisition is a 100% Small Business set-aside. Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following service: Test Pilot School requires services to develop and execute the USAF Test Pilot School (TPS) curriculum at Edwards AFB CA. Services shall include design, development, and implementation of classroom instruction. The curriculum includes 4 major phases; performance, flying qualities, systems, and test management. Flight Test Techniques (FTTs) are presented to students in the class room prior to in-flight execution of the FTTs. The contractor shall provide classroom instruction in areas where qualified and necessary to support the TPS curriculum in accordance with (IAW) USAF TPS Course Training Standards (CTSs) and USAF TPS Operating Instruction 53-1 (USAF TPS OI 53-1), "USAF Test Pilot School Instruction System". The Contractor must have the skills and qualifications to advise the USAF TPS soaring program as defined in the "USAF TPS Soaring Program" (USAF TPS 0I 11-4). Curriculum support services to be provided will be as part time instructor for approximately 40 man-days (man-day is equivalent to one 8 hour day) for a total of 320 hours during a 3 month period, and will cover 2 semesters, and approximately 15 different courses, and a back-up instructor for 5 additional courses. The period of performance will be of 1 Oct 2012 through 30Dec 2012. Please see the attached Statement of Work for further detail. Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be requested to provide this curriculum development. If the LPTA offeror is deemed unacceptable, the next LPTA may be requested. At the government's sole discretion, it may waive this requirement at any time, if it is deemed that the contractor has provided sufficient information to warrant a waiver. 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 (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. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management Registration (DEVIATION) INTERESTED CONTRACTORS CAN ACCESS THE CLAUSSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The following provisions and clauses apply: 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 address(es): http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm 52.204-09 -- Personal Identity Verification of Contractor Personnel 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 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. 52.222-41 -- Service Contract Act of 1965. 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment. 52.222-50 -- Combating Trafficking in Persons 52.223-05 -- Pollution Prevention and Right -to-Know Information 52.223-15 -- Energy Efficiency in Energy Consuming Products 52.223-16 -- IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate Alternate I (Mar 2012). 52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 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 52.243-01 -- Changes -- Fixed Price 52.243-01 -- Changes -- Fixed Price Alt I 52.212-05 -- Contract Terms and Conditions to Implement Statutes or Executive Orders- Commercial Items. - To include clauses above checked as appropriate 52.222-42 Statement of Equivalent Rates for Federal Hires. (Instructor - GS 14 - $44.48 per hour + $3.59 Fringe Benefits & Aircraft Mechanic Lead - WL 11 - $29.66 per hour + 3.59 Fringe Benefits) 52.252-04 -- Alterations in Contract 52.252-06 -- Authorized Deviations in Clauses. 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. 252.204-7008 -- Export-Controlled Items 252.225-7001 -- Buy American Act and Balance of Payments Program 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.232-7003 -- Electronic Submission of Payment Requests 252.232-7010 -- Levies on Contract Payments 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 -- Pricing of Contract Modifications 252.247-7023 -- Transportation of Supplies by Sea 252.247-7023 -- Transportation of Supplies by Sea, ALTERNATE III (MAY 2002)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. Take the training provided. 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" 52.212-01 -- Instructions to Offerors- Commercial Items. 52.222-23 -- Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity. 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. 52.204-08 -- Annual Representations and Certifications 52.212-02 -- Evaluation-Commercial Items. 52.212-03 -- Evaluation-Commercial Items, Alternate I 52.212-03 -- Offerors Representations and Certifications-Commercial Items. 52.222-22 -- Previous Contracts and Compliance Reports. 52.222-25 -- Affirmative Action Compliance. 52.222-06 -- David Bacon Act 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.247-34 -- F.o.b. Destination 52.252-01 -- Solicitation Provisions Incorporated by Reference. 52.252-03 -- Alterations in Solicitation. 52.252-05 -- Authorized Deviations in Provisions. 5352.223-9000 -- Ozone 5352.242-9000 -- Base Access Offers are due at the Air Force Test Center Contracting Squadron, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than 10 September 2012 at 4 pm PST. E-mail address: monika.masei@edwards.af.mil Point of Contact: Monika Masei, Contract Specialist, Phone 661-277-9559, E-mail monika.masei@edwards.af.mil Ronda Satori, Contract Officer, Phone 661-277-7707, E-mail ronda.satori@edwards.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/F1STAB2195B001/listing.html)
- Place of Performance
- Address: BLDG 1220, 220 South Wolfe Ave, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02856260-W 20120829/120827235703-e5166c5349b9b4ee28e4e6c548197c4f (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 |