Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
SOLICITATION NOTICE

U -- Extra 300L - Attachment 3 - Attachment 2 - Attachment 1 - Attachment 4

Notice Date
6/29/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-17-D-0019
 
Archive Date
7/29/2017
 
Point of Contact
Katie M Hudiburgh, Phone: 6612773321, Monika B. Masei, Phone: 6612777708
 
E-Mail Address
katie.hudiburgh@us.af.mil, monika.masei@us.af.mil
(katie.hudiburgh@us.af.mil, monika.masei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Provisions and Clauses Performance Work Statement (PWS) Exhibit A-Price List Technical Evaluation Sheet Combined Synopsis/Solicitation FA9302-17-D-0019 The solicitation number is FA9302-17-D-0019. This is a combined synopsis/solicitation for commercial services 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) 2005-95 and DFARs Change Notice (DCN) 20161222. Federal Supply Class/Service (FSC) code is U009. NAICS is 611512 and the size standard is $27,500,000.00. Please carefully review requirements detailed below. This acquisition is a 100% Small Business set-aside effort. The Air Force Test Center, Edwards Air Force Base, CA is seeking to purchase the following services via an Indefinite Delivery/Indefinite Quantity Contract: A non-personnel services contract to provide (1) Extra 300L, along with a qualified Extra 300L flight instructor, for Qualitative Evaluation (QE) flights at the US Air Force Test Pilot School (USAF TPS). Please see Attachment #1, Performance Work Statement (PWS), for additional information. The anticipated period of performance for this effort is 01 August 2017-31 December 2019. At no additional cost to the Government, a pre-award inspection and/or safety orientation flight may be conducted either at the offeror's site or at Edwards AFB. This evaluation shall be in accordance with the Technical Evaluation Factors listed (Attachment #3) pursuant to FAR clause 52.212-2. The inspection shall be borne by the offeror and at no additional cost to the Government. It shall comply with the requirement in order to ensure the offeror meets the safety, security, and qualifications as listed in the PWS. Only the Lowest Priced Technically Acceptable (LPTA) offeror will be requested to provide the flight. 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. Please see corresponding attachments. This will be awarded to the Lowest Priced Technically Acceptable Offeror. In order to be found technically acceptable, the quote must demonstrate that all capabilities in the PWS have been met. In addition, the Program Manager will evaluate proposals with the attached technical evaluation. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will looked at from the lowest price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Task Orders will be issued for each individual visit. The minimum the guaranteed quantity to be ordered, the maximum quantity is the most that could be requested through the entire PoP. Offeror shall provide quotation for the for the following minimum and maximum quantitates using the Exhibit Line Item Pricing Sheet (Attachment #2) 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. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Offerors shall propose in accordance with the attached CLIN structure. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis, including Cage Code, DUNS number, Prompt Payment Terms, date offer expires, and warranty information. No partial quotes for the items listed above will be accepted. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) is not applicable to this effort. Offers are due at the AFTC/PZIEB, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, NLT 11:00 AM Pacific, 14 July 2017. E-mail address: katie.hudiburgh@us.af.mil Point of Contact: Katie Hudiburgh, Contract Specialist, Phone 661-277-3321, E-mail katie.hudiburgh@us.af.mil Monika Masei, Contract Officer, Phone 661-277-7708, E-mail monika.masei@us.af.mil Attachments: 1. Performance Based Work Statement 2. Exhibit A- Price List 3. Technical Evaluation Sheet 4. Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-17-D-0019/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04563052-W 20170701/170629235644-bff4d44ff1abfa082ec07db43307fb22 (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 |
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.