Federal Bid

Last Updated on 11 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Extra 300L Qualitative Evaluation

Solicitation ID FA9302-20-T-0003
Posted Date 18 Jun 2019 at 11 PM
Archive Date 11 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Air Force Test Center (Aftc) - Edwards
Agency Department Of Defense
Location United states
Amendment 2:

-Updated Attachment 2 Exhibit A Price List:

Removed irrelevant information.  Only Sheet 1 of the Attachment is relevant to this effort.

Amendment 1:

Extended question due date to 9:00AM Pacfic 20 June 2019.   

Extended response due date to 9:00AM Pacific 26 June 2019.




Original Combined Synopsis/Solicitation:





Combined Synopsis/Solicitation

FA9302-20-T-0003

 

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; proposals are being requested and a written solicitation will not be issued.  

 

The solicitation number is FA9302-20-T-0003 and the solicitation issued is a request for quote (RFQ).

 

The solicitation document and incorporated provisions and clauses are those in effect Federal Acquisition Circular (FAC) 2019-02TA, DFARs Change Notice (DPN) 20190215, and AFAC 2018-0525.  Federal Supply Class/Service (FSC) code is U009. 

 

This acquisition is for 100% small business set aside.  The NAICS is 611512 and the size standard is $27,500,000.00. 

 

CLIN

NOUN

UNIT

MINIMUM QUANTITY

MAXIMUM QUANTITY

NOT-TO-EXCEED (NTE) PRICE

0001

Pilot Instructor

Days

24

120

---------

0002

Maintenance Personnel

Days

24

120

---------

0003

Sortie

Hours

54

270

---------

0004

Ferry (Round Trip)

Each

2

10

---------

0005

Weekend/Standby (No Fly Rate)

Days

16

80

---------

0006

Fuel

Gal

0

500

$2,850

 

Please carefully review requirements detailed below.

 

The Air Force Test Center, Edwards Air Force Base, CA is seeking to purchase the following services via an Indefinite Delivery/Indefinite Quantity Contract Vehicle:

 

This is a non-personnel services contract to provide (1) Extra 300L, along with a qualified Extral 300L flight instructor, for Qualitative Evaluation (QE) flights as well as Test Management Projects (TMP) if required, 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 November 2019 - 31 October 2024.

 

Acceptance is FBO Destination.

 

This quote submission shall be in accordance with FAR clause 52.212-1 Instructions to Offeror-Commercial Items (Oct 2018) and Addenda to FAR 52.212-1 Proposal Preparation Instructions.

Addenda to FAR 52.212-1 Proposal Preparation Instructions

•(a)   To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.  The response shall consist of two (2) separate parts; Part I - Price Proposal and Part II - Technical Information

 

•(b)   The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional price information will be necessary.  However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than pricing data to support a determination of price reasonableness.

 

•(c)   Specific Instructions: Documents submitted in response to this must be fully responsive to and consistent with the following:

 

(1)  Requirements of the CLINs & Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS.

 

(2)  Evaluation Factors for Award in section, 52.212-2 EVALUATION - COMMERCIAL ITEMS and addendum of this RFP.

 

(3)  Any limitation on the number of proposal pages.  Pages exceeding the page limitations set forth in this section, FAR 52.212-1 INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS, will not be read or evaluated, and will be removed from the proposal.

 

(d)  PART I - PRICE PROPOSAL -

 

(1) The contractor shall provide the following:

 

1.         Pricing for the effort by completing Attachment 2

2.         Provide the names of any Offeror's subcontractor(s)

 

           

            (e)  PART II - TECHNICAL INFORMATION

 

(1) Format

•·         The proposal will be on 8 ½" x 11" paper.

•·         A page is defined as one single sided, double-spaced sheet of paper containing information.

•·         Typing shall be Times New Roman Font, size 12.

•·         Electronic files must be in Adobe (.pdf), Microsoft Word version 6.0/95 or Excel 2010 or later format.

•·         15 page limit 

 

(2)   Technical Acceptability - using the format described above, please provide the following:

 

Contractors shall provide sufficient documentation to demonstrate their ability to provide the minimum pilot qualifications as stated in the PWS (Attachment 1).  Please review Section 1.10, Deliverables, of the PWS for a list of the required documents to be submitted in the proposal. This can include but is not limited to resumes, certifications, and any other necessary literature.  Note: The government may conduct a physical inspection utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3) in order to determine whether the aircraft meets the requirements of FAA air worthiness.  If there is a contradiction between the PWS and the checklist, the PWS supersedes the checklist.

 

 

(f) GENERAL INFORMATION

 

(1)  Electronic submissions of proposals will be accepted and shall be sent to:

           

James Helmick, Contract Specialist, Phone (661) 277-8317, Email: [email protected]

Monika Masei, Contracting Officer, Phone (661) 277-7708, Email: [email protected]

 

 

(3)  Late proposals will be processed in accordance with FAR 52.212-1(f)

(End of provision)

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 pursuant to FAR clause 52.212-2 Evaluation-Commercial Items and Addenda to FAR clause 52.212-2.

 

FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers:

(i) Technical capability of the item offered to meet the Government requirement;

(ii) Price;

 (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

Addenda to 52.212-2- Evaluation - Commercial Items

 

(a) Basis for Contract Award: The resulting award will be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract to a single contractor.  By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and requirements, in addition to those identified as evaluation factors or sub factors.  Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

 

(b) Initially, offers shall be ranked according to price. Proposal prices will be determined to be fair and reasonable by adequate price competition among offers unless the contracting officer has requested other than pricing data per addenda to 52.212-1 above.

 

(c) Next, the government technical evaluation team shall evaluate the technical proposals submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis:

 

These are the definitions for the Evaluations Ratings:

 

Acceptable      Meets all solicitation requirements.   

Unacceptable  Does not meet all solicitation requirements.

 

(d) Technical capability will initially be assessed by the contractor's ability to demonstrate the minimum pilot qualifications as stated in the PWS (Attachment 1) and provide required documents in Section 1.10, Deliverables of the PWS. A physical inspection of the aircraft may be performed by experienced government maintainers, utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3).

 

(e) If the lowest priced evaluated offerors is judged to be "Acceptable" on ALL Factors and the offeror is determined to be responsible, that offer will be deemed the most advantageous to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.

 

(f) Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of technical capability.  Offerors may be asked to clarify certain aspects of their proposal Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision.

 

(g) The government intends to award a contract without discussions with respective offerors. The Government however, reserves the right to conduct discussions if deemed in its best interest.

(End of Provision)

Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with this proposal submission.  There is no page limit for the completed copy submission of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.

 

Clause FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2018) applies to this solicitation. 

 

Clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) applies to this solicitation. 

 

The following clauses located within FAR 52.212-5(b) are applicable:

 

FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018)

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)

FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011)

FAR 52.219-13, Notice of Set-Aside of Orders (Nov 2011)

FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)

FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015)

FAR 52.222-26 Equal Opportunity (Sep 2016)

FAR 52.222-3 Convict Labor (Jun 2003)

FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015)

FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)

FAR 52.222-37, Employment Reports on Veterans (Feb 2016)

FAR 52.222-50 Combating Trafficking in Persons (Jan 2019)

FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving (Aug 2011)

FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)

FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018)

 

In addition to the above, the following provisions and clauses apply to this solicitation:

 

FAR 52.203-3 Gratuities (Apr 1984)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)

FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

FAR 52.204-7 System for Award Management (Oct 2018)

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)

FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)

FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)

FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations -Representation (Nov 2015)

FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Oct 2018)

FAR 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Oct 2014)

FAR 52.216-18 Ordering (Oct 1995)

FAR 52.216-19 Order Limitations (Oct 1995)

FAR 52.216-22 Indefinite Quantity (Oct 1995)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011)

DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)

DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016)

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018)

DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)

DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013)

DFARS 252.243-7002 Requests for Equitable Adjustment (Dec 2012)

DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013)

AFFARS 5352.201-9101 Ombudsman (Jun 2016)

AFFARS 5352.223-9001 Health & Safety on Government Installations (Nov 2012)

AFFARS 5352.242-9000 Contractor Access to the Air Force Installations (Nov 2012)

 

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 and submission of the required documents in Section 1.10, Deliverables. In addition, the Program Manager will evaluate proposals with the attached USAF TPS Individual Evaluation Checklist (Attachment 3). It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be 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 Period of Performance (PoP). Offeror shall provide quotation for the for the following minimum and maximum quantitates using the Exhibit A- 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 proposal. Offerors shall propose in accordance with the attached CLIN structure.

 

Offerors are required to submit with their proposal 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 proposals 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.

 

Any questions in regards to this solicitation must be submitted by 20 June 2019, 9:00am Pacific.

 

Offers are due at the AFTC/PZIEB, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, NLT 9:00am Pacific, 26 June 2019.  E-mail address: [email protected]; [email protected]

 

Point of Contact:

James Helmick, Contract Specialist, Phone 661-277-8317, Email: [email protected]

Monika Masei, Contracting Officer, Phone (661) 277-7708, Email: [email protected]

 

Attachments:

 

•1.      Performance Work Statement

•2.      Exhibit A- Line Item Pricing Sheet

•3.      USAF TPS Individual Technical Evaluation Checklist

•4.      Qualitative Evaluation Review Worksheet

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Jul 2017 at 5 PM
Dugway Utah 04 Sep 2008 at 12 AM
Dugway Utah 28 Aug 2008 at 7 PM
Location Unknown 30 Aug 2016 at 8 PM
Wolfe West virginia 22 Jan 2016 at 10 PM

Similar Opportunities

Carlsbad California 30 Jul 2025 at 6 PM