SOLICITATION NOTICE
69 -- Automotive Gasoline Engine Training Aids (Ford/General Motors/Dodge)
- Notice Date
- 9/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4800-17-R-0017
- Archive Date
- 10/3/2017
- Point of Contact
- John J. Summers, Phone: 7577648902
- E-Mail Address
-
john.summers.8@us.af.mil
(john.summers.8@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation Solicitation Number: FA4800-17-R-0017 Purchase Description: Automotive Gasoline Engine Training Aids, Brand Name or Equal This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a Small Business set-aside The 633d Contracting Squadron is issuing this combined synopsis/solicitation, FA4800-17-R-0017, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business standard of 1,250 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 effective 19-Jan-17, Defense Federal Acquisition Regulation Supplement DPN 20161222 effective 22-Nov-16 and Air Force Federal Acquisition Regulation Supplement AFAC 26 effective 8/1/2017 DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. Department of Defense, United States Air Force Automotive Gasoline Engine Training Aids (Ford/General Motors/Dodge) for the 344th Training Squadron, Detachment 1 Statement of Work 1.0 BACKGROUND Located on Naval Base Ventura County, Port Hueneme, California, the 344 th Training Squadron, Detachment 1 schoolhouse mission is to "Provide first rate training to vehicle management personnel worldwide while exemplifying the highest standards of academic excellence, military bearing, and safety". It does so by offering a combination of in-resident apprentice and advanced automotive technical training courses to active duty, guard, reserve, and Department of Defense civilian personnel from around the globe. In addition to in-resident apprentice and advanced courses, the schoolhouse also conducts multiple mobile training team courses each year whereby instructors travel to military bases worldwide and conduct on-site vehicle maintenance technician- based training. Utilizing a blended training approach of both classroom instruction and hands-on experience, the schoolhouse focuses on developing highly-skilled mechanics capable of performing in the field in a variety of conditions and skillsets to include fire truck, material handling equipment, or vehicular equipment maintenance. All detachment apprentice training is conducted in-residence on Port Hueneme and begins with attendance of a 10-week joint inter-service mechanics course hosted by the Naval Construction Training Center, Port Hueneme, California. Consisting primarily of Air Force and Navy students and instructors, training focuses on basic automotive theory, troubleshooting, and repair fundamentals. Upon graduation from "common core" and depending on their specified skillset (example: fire truck, material handling equipment, or vehicular equipment maintenance), Air Force students attend another four (4) to six (6) weeks of "unique" training. During this time, students receive follow on specialized vehicle maintenance training from Air Force military and civilian instructors utilizing a combination of government owned vehicles, automotive training aids, and automotive subassembly cutaways. Each training aid is designed to mimic real-world component and sub- component operations, thereby enhancing the overall student academic experience. 2.0 OBJECTIVES Key to delivering world class automotive maintenance training is the use of stand-alone, fully operational, automotive training aids and subassembly cutaways. As part of an ongoing course overhaul project currently underway within the Advanced Diagnostics and Powertrain course, 344 th Training Squadron, Detachment 1 schoolhouse has a requirement to replace six (6) of its existing 2006-2008 non-hybrid automotive gasoline engine trainers with 2012 or newer models using available engines and subassemblies from each of the three major United States automobile manufacturers (Ford, General Motors, and Dodge/Chrysler). More in-depth per unit specifications are provided further below in section 3 of this statement of work. Also addressed are the requirements for delivery, on-site setup and training, operations and repair manuals (including schematics), and applicable warranty and customer support provisions. 3.0 DESCRIPTION OF WORK The required work to be performed under this contract and in accordance with these contract documents shall consist of furnishing all necessary parts, labor, materials, fabrication, constructing, installing and performing all work shown and described in the contract documents, all of which are made a part thereof. Description of Work: Provide design documents and associated schematics no later than five (5) days after the award of the contract for all equipment associated with the installation and turn-key usage of six (6) non-hybrid automotive gasoline engine trainers. Installation will consist of providing services as described below: •3.1. Fabrication and delivery of six (6) fully operational non-hybrid automotive gasoline engine trainers meeting the specifications listed below. Removal of existing non-hybrid automotive gasoline engine trainers will be the responsibility of the Government in coordination with the Equipment Custodian and applicable Air Force disposition instructions. •a. Self-contained mobile frame (with casters) utilizing fully operational late model (2012 or newer) four-cylinder non-hybrid engines per example (Exhibit 1) Exhibit 1: Example Engine Trainer •b. Six (6) units total: •o 2 each Ford 1.6 or 2.0 liter Turbo Gas Direct Injection Engine Trainers •o 2 each General Motors 2.4 liter Gas Direct Injection Engine Trainers •o 2 each Dodge or Chrysler 2.4 liter Non-Gas Direct Injection Engine Trainers •c. 2012 or newer California compliant engines (as applicable depending on make/model) •d. Fully operational original equipment manufacturer on-board computer and data communication system(s) •e. Original equipment manufacturer dash assemblies with fully operational instrumentation and controls •f. Original equipment manufacturer sub-systems listed below: •o Starting •o Charging •o Cooling •o Intake and exhaust •o Fuel system including fuel pump assembly •o Emission controls and evaporated system devices •o Electrical systems: to include original equipment manufacturer fuse boxes, wiring harnesses, and connectors •g. Breakout Box/Dynamic Fault Insertion (simulation) •o Non-detachable breakout/dynamic fault insertion control box •o Minimum eight (8) to twelve (12) open and resistive/code and non-code faults •o Fault code identification guide using National Automotive Technician's Education Foundation style worksheets for each fault code •o Attached vehicle data identification plate containing the following information: •§ Year •§ Make •§ Model •§ Vehicle Identification Number (VIN) •§ Warranty Period •h. Service, Operations and Repair Manuals (including schematics) •o Trainer unit manuals with fault code wiring schematics •o Vehicle operational manuals •o Service manuals to include electrical schematics •§ One (1) set of paper-based copies for each trainer •§ One (1) digital versatile disc (DVD)/compact disc (CD) per model •i. Optional Items •o Breakout boxes •o Certified onsite company or subcontract provided training (isolation and repair of vehicle specific original equipment manufacturer sub-system controls) •§ Fuel •§ Ignition •§ Emission •§ Charging •§ Starting •§ Fault code insertion procedures •§ Number of days and training location •o Warranty and customer service support provisions Contractor shall not work or store materials in a manner that would hinder ongoing training operations or otherwise block pedestrian circulation to exit corridors and exit doors in the event of an emergency or fire. Storage of materials shall be coordinated with the customer. 4.0 PROJECT LOCATION: 480 West Road, Building 1420, Room 402 Naval Base Ventura County, Port Hueneme, California 93043-4350. See Attachment 1 for desired unit placement. 5.0 PRINCIPLE FEATURES: Work shall be done with the building occupied and the work areas semi-unoccupied at various times. The contractor shall coordinate all work with the occupants, the Project Manager/Inspector, the Contracting Officer Representative and/or Contracting Officer. 6.0 WORK HOURS shall begin at 7:00 p.m. through 4:00 p.m., Monday through Friday, exclusive of Federal holidays. At the option of the government and with approval of the Contracting Officer, work may be permitted on Federal holidays, weekends, or after 4:30 p.m. at no additional cost to the government. 7.0 GOVERNMENT FURNISHED EQUIPMENT/FACILITIES - N/A 8.0 INSTALLATION PASS AND REGISTRATION REQUIREMENTS The vendor, contractor, sub-contractors, and/or service providers (as applicable) shall comply with all established Naval Base Ventura County (NBVC) regulations regarding restricted access to Port Hueneme. This includes pre-coordinated visitor screening actions conducted through the Naval Base Ventura County Pass and Identification Office, (805) 982-5003/5004. To prevent delays, it is highly recommended that the vendor, contractor, sub-contractors, and/or service providers (as applicable) contact the aforementioned office 1-2 weeks prior to the contract start date to coordinate employee/representative access. 9.0 SITE MAINTENANCE AND CLEANUP Site Maintenance: The contractor shall maintain work areas in a neat, clean, and safe condition. The contractor shall be responsible for providing, installing, and the removal of any temporary signage, barriers, barricade tape, etc. which may be required to control pedestrian in the work area. Cleanup: The contractor shall collect all trash, debris, refuse, garbage, etc., which shall be removed from the site by appropriate means daily. Disposal shall be outside the limits of government property. 10.0 SAFETY All vendor, contractor and subcontractor employees working under this contract shall comply with the Installation Traffic Regulations. 11.0 CONTRACT MANAGEMENT No changes in or deviation from the scope of service shall be effected without a modification executed by the Contracting Officer authorizing such changes. 12.0 INSPECTION, ACCEPTANCE, AND INVOICING Mr. David Guthrie, 344 TRS/DET 1, (805) 982-2390 will conduct the final inspection along with the Contractor and the Contracting Office to determine whether the project can be accepted or corrections required prior to acceptance. Final vendor invoicing to be provided to Mr. Robert Haines, 344 TRS/DET 1, (805) 982-2154 robert.haines.7@us.af.mil within seven (7) days from the contract final inspection acceptance date. •13.0 POINTS OF CONTACT •13.1 Customer Representative (CR) The following person has been designated the CR by the Contracting Officer: NAME: Mr. David Guthrie TITLE: Supervisory Training Instructor - Automotive ORGANIZATION: 344th Training Squadron, Detachment 1, Port Hueneme, California 93043 CONTACT INFO: (805) 982-2390 or email at david.guthrie.4@us.af.mil Equal: must include exactly 100% of the specifications, for consideration. CLIN 0001 : Megatech MEG520 Engine Trainer GM 2.4 2013 or newer Fully Operational late mode engine GM 2.4 GDI, Full factory communications and instrumentation, Breakout Box/Dynamic Fault Insertion (12 faults opens, and resistive), Complete engine with cranking, charging, cooling, EVAP etc, OEM Components, Wiring and Connectors and fuse boxes, OEM Dash, All documentation including fault schematics, manuals and VIN, Mobile Casters, NATEF worksheets for each fault provided. Quantity: 2 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_____________ CLIN 0002 : Megatech MEG520 Engine Trainer Ford 2.0 2012 or newer Fully Operational late mode engine Ford 1.6 or 2.0 Turbo GDI,Full factory communications and instrumentation, Breakout Box/Dynamic Fault Insertion (12 faults opens, and resistive),Complete engine with cranking, charging, cooling, EVAP etc,OEM Components, Wiring and Connectors and fuse boxes, OEM Dash,All documentation including fault schematics, manuals and VIN,Mobile Casters, NATEF worksheets for each fault provided. Quantity: 2 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_____________ CLIN 0003 : Megatech MEG520 Engine Trainer Dodge/Chrystler 2012 or newer Fully Operational late mode engine Dodge or Chrystler non-GDI ƒ?› Full factory communications and instrumentation, Breakout Box/Dynamic Fault Insertion (12 faults opens, and resistive), Complete engine with cranking, charging, cooling, EVAP etc., OEM Components, Wiring and Connectors and fuse boxes, OEM Dash. All documentation including fault schematics, manuals and VIN, Mobile Casters, NATEF worksheets for each fault provided. Quantity: 2 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_____________ CLIN 0004 : Shipping Quantity: 6 Unit of Issue: Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_____________ CLIN 0005 : Megatech Case Certified Training: Two days onsite, All travel included, Free phone support Quantity: 1 Unit of Issue: Lot Unit Price: $_____________ Extended Price (Quantity X Unit Price): $_____________ DELIVERY DATE(S): 29-Sep-18 PLACE OF DELIVERY: 344th Training Squadron, Detachment 1, 480 West Road, Bldg 1422 Port Hueneme, California 93043. Attn: Mr. David Guthrie, e-mail: david.guthrie.4@us.af.mil Responses/quotes MUST be received no later than Monday, September 18, 2017; 8:00 (Eastern Standard/Daylight Time). Forward responses by e-mail to john.summers.8@us.af.mil. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) FAR 52.212-2: Evaluation - Commercial Items (OCT 2014): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria: (a) Technical Capability: Meets brand name or equal Government requirement/specifications as identified within each CLIN. Contractors providing "as equal" items must provide the manufacturer, model/parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. For supplies the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers. (b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC2014) or indication that offeror representations and certifications are in System for Award Management (SAM). FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (DEC2014) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (JUL2014) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision 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 FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 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 DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation. (DEVIATION 2015-O0010) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE AND RECEIVING REPORT (COMBO) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4800 Admin DoDAAC FA4800 Inspect By DoDAAC F3ST70 Ship To Code F3ST70 Service Approver (DoDAAC) F3ST70 Service Acceptor (DoDAAC) F3ST70 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. john.summers.8@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of Clause) 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, AFICA/KG Col Fiona A Christianson, 66 Kennedy Avenue, Barksdale AFB, LA 71110, Phone: (318) 456-6336, email: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [i nsert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-17-R-0017/listing.html)
- Place of Performance
- Address: 344 TRS/Det 1, 480 West Road, Bldg 1422, Port Hueneme, California, 93043, United States
- Zip Code: 93043
- Zip Code: 93043
- Record
- SN04663575-W 20170908/170906232528-e8d4b8fb171a0d366acdd6f15181e427 (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 |