SOLICITATION NOTICE
U -- HU-16 Qualitative Evaluation - Wage Determination - Pricing Sheet - DFARS - Checklist - PWS
- Notice Date
- 9/11/2012
- 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
- FA9302-12-R-0023
- Archive Date
- 10/6/2012
- Point of Contact
- Anne Hylla, Phone: 6612777708
- E-Mail Address
-
anne.hylla@edwards.af.mil
(anne.hylla@edwards.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS, dated 19 Aug 2012 Technical Evaluation Checklist 52.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law Pricing Schedule Wage Determination The solicitation number is FA9302-12-R-0023. 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-20120829 AFFARS Parts AFAC-2012-0330Federal Supply Class/Service (FSC) code is U009. 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 award a Firm Fixed Price Not to Exceed purchase order the following service: HU-16 Qualitative Evaluation Sorties Lake Landings- Lake Isabella is not an approved lake for landings at this time. Read attached PWS Dated 19 Aug 2012 for performance requirements. Service will be needed ARO through 31 Dec 2012. Estimated of visit dates 24 Oct - 9 Nov 2012, actual dates need to be coordinated with Program Manger. CLIN # Noun Guaranteed Min Qty Max Qty 0001 Pilot/Instructor 7 Days 30 Days 0002 Maintenance Personnel (MX) 7 Days 30 Days 0003 Sortie 24 Hour 73 Hour 0004 Ferry (Round Trip Price) 1 Each 3 Each 0005 Weekend/Standby (no fly rate) 4 Days 16 Days 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)(Aug 2012). 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 52.201-01- - Definitions 52.203-03- - Gratuities 52.203-06 - - Restrictions on Subcontractor Sales to the Government 52.203-06 - - Alternate I - Restrictions on Subcontractor Sales to the Government 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. 52.209-07 - Information Regarding Responsibility Matters 52.209-09 - Updates of Publicly Available Information Regarding Responsibility Matters 52.212-04 -- Contract Terms and Conditions- Commercial Items. 52.216-19 - Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $300.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $10,000.00; (2) Any order for a combination of items in excess of $84,000.00; or (3) A series of orders from the same ordering office within 1 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 - Indefinite Quantity (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 Sep 2016. 52.219-06 -- Notice of Total Small Business Set-Aside 52.219-14 - Limitations on Subcontracting 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 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36 -- Affirmative Action for Workers with Disabilities. 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam era, and other Eligible Veterans 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 Alternate II (Mar 2012) 52.225-03 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.225-05 - Trade Agreements 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. 52.232-36 - Payment by Third Party 52.233-01 -- Disputes 52.233-03 -- Protest After Award 52.233-04 -- Applicable Law for Breach of Contract Claim 52.237-02 - Protection of Government Building, Equipment and Vegetation 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. (Pilot/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 252.216-7006 - Ordering (May 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued during basic contract period of performance. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) (1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered "issued" when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. 252.223-7002 - Safety Precautions for Ammunition and Explosives (Sep 1999) (a) Definition. "Arms, ammunition, and explosives (AA&E)," as used in this clause, means those items within the scope (chapter 1, paragraph B) of DoD 5100.76-M, Physical Security of Sensitive Conventional Arms, Ammunition, and Explosives. (b) The requirements of DoD 5100.76-M apply to the following items of AA&E being developed, produced, manufactured, or purchased for the Government, or provided to the Contractor as Government-furnished property under this contract: NOMENCLATURE NATIONAL STOCK NUMBER SENSITIVITY/ CATEGORY Aircraft fuel as appropriate JP-5, JP-8, or AVGAS100 Low Lead (LL) (c) The Contractor shall comply with the requirements of DoD 5100.76-M, as specified in the statement of work. The edition of DoD 5100.76-M in effect on the date of issuance of the solicitation for this contract shall apply. (d) The Contractor shall allow representatives of the Defense Security Service (DSS), and representatives of other appropriate offices of the Government, access at all reasonable times into its facilities and those of its subcontractors, for the purpose of performing surveys, inspections, and investigations necessary to review compliance with the physical security standards applicable to this contract. (e) The Contractor shall notify the cognizant DSS field office of any subcontract involving AA&E within 10 days after award of the subcontract. (f) The Contractor shall ensure that the requirements of this clause are included in all subcontracts, at every tier (1) For the development, production, manufacture, or purchase of AA&E; or (2) When AA&E will be provided to the subcontractor as Government-furnished property. (g) Nothing in this clause shall relieve the Contractor of its responsibility for complying with applicable Federal, state, and local laws, ordinances, codes, and regulations (including requirements for obtaining licenses and permits) in connection with the performance of this contract. 252.223-7003 - Change in Place of Performance- Ammunition and Explosives 252.223-7006 - Prohibition on storage and disposal of toxic and hazardous materials 252.223-7007 - Safeguarding Sensitive Conventional Arms, Ammunition, and Explosives 252.232-7009 - Mandatory Payment by GovernmentWide Commercial Purchase Card 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 - Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810 and facsimile number (661) 277-7593. 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 -- Evaluation-Commercial Items, Alternate II 52.212-03 -- Offerors Representations and Certifications-Commercial Items. 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, Alternate I 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate, Alternate II 52.225-04 -- Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate. 52.252-01 -- Solicitation Provisions Incorporated by Reference. 52.252-03 -- Alterations in Solicitation. 52.252-05 -- Authorized Deviations in Provisions. 52.209-7999 -Representation by Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction under any Federal Law (See attached document, fill out, sign and return with quote). All responses may be sent via e-mail anne.hylla@edwards.af.mil or mailed to AFTC/PZIEB, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Anne Hylla or faxed to (661) 277-0470. Phone number is 661 277- 7708. Responses are due in the office by 21 Sep 2012, 9 am PST. Attachments: Performance Work Statement, 19 Aug 2012, Attachment 1 Wage Determination, Rev 15, 2005-2043, Attachment 2 Technical Evaluation Checklist, Attachment 3 52.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (Return with quote) Exhibit A- Price Schedule Grumman HU-16 (Return with quote)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-12-R-0023/listing.html)
- Place of Performance
- Address: 5 South Wolfe Ave, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02877749-W 20120913/120912001626-2a54baccfe1c820b16980513c55e2c0f (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 |