Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2018 FBO #5910
SOLICITATION NOTICE

15 -- Boeing Engineering Professional Dev Training - Package #1

Notice Date
1/26/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
F3Q5AA7167A001
 
Archive Date
3/13/2018
 
Point of Contact
Charnique Thomas, Phone: 4789260794, Lasonia Hart, Phone: 478-926-3259
 
E-Mail Address
Charnique.Thomas.2@us.af.mil, lasonia.hart@us.af.mil
(Charnique.Thomas.2@us.af.mil, lasonia.hart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation CDRL 0003 CDRL 0002 CDRL 0001 Quality Assurance Surveillance Plan Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. It is the Government's intent to award this requirement using FAR Subpart 13.5 procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with limited sources under authority of FAR 6.302, Only one or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements for Engineering Training to support the current mission at Robins AFB. Boeing is the only source of this particular training and therefore meeting this requirement. The associated NAICS code is 611512 with a small business size standard of $27.5M. The Government intends to award one firm fixed price contract for one base year and four option years. The options may be exercised at the discretion of the Government. Contractor shall provide all labor, material, transportation, equipment (except for Section 3 of the PWS), tools, and service for Instructor-led Training/Facilitation courses within the three AFSC locations: Robins AFB GA, Hill AFB UT, and Tinker AFB OK area. The contractor shall provide training with no more than 1 valid customer complaint per course in accordance with the attached Performance Work Statement (PWS). The contractor shall provide a quote that clearly identifies the capability to meet the requirements of the PWS. The contractor shall propose unit prices for all of the below Contract Line Item Numbers (CLINs) to include acceptance of the stated base year training dates to be deemed responsive. In the event the Government decides to exercise option years, the identified Contracting Officer Representative (COR) shall provide the contactor 180 days advanced notice of the firm training dates for the months identified for each CLIN. IN ACCORDANCE WITH FAR SUBPART 5.207(c)(16)(ii) - ALL RESPONSIBLE SOURCES MAY SUBMIT A CAPABILITY STATEMENT, PROPOSAL, OR QUOTATION, WHICH SHALL BE CONSIDERED BY THE AGENCY. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. The requirement for Training: Base Year (11 April 2018-10 April 2019) CLIN 0001: Aircraft Structural Repair for Engineers, Part I. This course prepares the trainee to assess, design and analyze metallic repairs for damage beyond the limits described in the Structural Repair Manual (SRM). The course includes a combination of lecture, discussion, practical exercises, and two examinations. Students should come to class equipped to perform mathematical calculations. Location: TBD Length: TBD Dates: TBD Students: 20 max Instructor: One CLIN 0002: Aircraft Structural Repair for Engineers, Part II. This course is a continuation of the Aircraft Structural Repair for Engineers - Part I course. It is designed to further enhance the ability of the engineer to understand, design and assess repairs to metallic airframe structure. The focus of this course is on the bending of beams and the stability of structural members under compression loads. Students will develop repairs for structural components under bending and compression loads. The course contains a combination of lecture, practice exercises and one examination. Location: TBD Length: TBD Dates: TBD Students: 20 max Instructor: One CLIN 0003: Aircraft Structural Repair for Engineers, Part III. This course is a continuation of the Aircraft Structural Repair for Engineers, Parts I and II. It focuses primarily on the concepts of fatigue and damage tolerance and their application to the design of repairs. Location: TBD Length: TBD Dates: TBD Students: 20 max Instructor: One CLIN 0004: Corrosion Prevention and Control. This course gives maintenance technicians and engineers training in the control and prevention of aircraft corrosion. Topics include the types of corrosion, removal methods, preventive maintenance and the industry corrosion prevention and control program. This course includes lectures, demonstrations and class exercises. Location: TBD Length: TBD Dates: TBD Students: 20 max Instructor: One CLIN 0005: Basic Composite Repair for Technicians- Part II. This course readies the trainee with Composite/Metal Bond Part I training, or previous practical experience, to perform composite repairs. The course is a combination of lecture and practical hands-on exercises in which students practice making composite repairs to carbon (graphite), fiberglass, and Kevlar. Location: TBD Length: TBD Dates: TBD Students: 20 max Instructor: One CLIN 0006: Advanced Composite Repair for Technician - Part IV. This course builds on the skills learned in the Composite/Metal Bond Part II - Basic Composite Repair for Technicians course, and applies those skills to complex repair concepts such as ply drop offs, critical areas, edge bands, and solid laminates. The course includes detailed discussion of design requirements, composite drawings, specifications and practice exercises including high temperature, critical area and edge repairs. Location: TBD Length: TBD Dates: TBD Students: 20 max Instructor: One CLIN 0007: Composite Repair Design with Practical Application. T his course introduces the trainee, with an engineering degree or equivalent, to the fundamentals of composite materials and the repair of these components. It also prepares the trainee to design repairs for damage beyond Structural Repair Manual (SRM) limits with a reasonable assurance of approval from Boeing or regulatory agencies. The course includes lecture, demonstration, and hands-on practice in the use of repair equipment and repair of composite materials. Topics include detailed information on composite material properties and behavior, stress analysis, design requirements, inspection, and repair methods. Location: TBD Length: TBD Dates: TBD Students: 20 max Instructor: One Justification for Sole Source: A requirement exists for Engineering Training, the training is specific and therefore specialized, making Boeing the only source available to provide the necessary training. Price(s) should be FOB Destination (Robins AFB GA 31098). The anticipated award date is 11 April 2018. Please do not request award status prior to this date. The following Provision and Clauses are applicable to subject solicitation: •a) FAR 52.212-1 Instructions to Offerors •b) FAR 52.212-2 Evaluation-Commercial Items •c) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items •d) FAR 52.212-4 Contract Terms and Conditions - Commercial Items •e) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7001 f) FAR 52.217-8 Option to Extend Services  The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. •g) Option to Extend the Term of the Contract •• (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. •• (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. •• (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years, 10 months. •h) FAR 52.247-34 FOB Destination •i) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the sameforce and effect as if they were given in full text. Upon request, the Contracting Officer willmake their full text available. The offeror is cautioned that the listed provisions may includeblocks that must be completed by the offeror and submitted with its quotation or offer. In lieuof submitting the full text of those provisions, the offeror may identify the provision byparagraph identifier and provide the appropriate information with its quotation or offer. Also,the full text of the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil D FARS 252.211-7003 Item Identification and Valuation DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. FAR 52.232-22 Limitation of Funds FAR 52.232-18 Availability of Funds Quotes are due by 4:00p.m. ET, 26 February 2018. Questions concerning this solicitation shall be addressed in writing to charnique.thomas.2@us.af.mil and Cc: the CO at lasonia.hart@us.af.mil submitted no later than 12:00 p.m. ET, 26 February 2018. Attachments: •1) Performance Work Statement •2) Quality Assurance Survelliance Plan •3) CDRL 0001 •4) CDRL 0002 •5) CDRL 0003
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F3Q5AA7167A001/listing.html)
 
Record
SN04801146-W 20180128/180126230947-b180197f0fd1ed53bcae963c389f34b5 (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.