Federal Bid

Last Updated on 26 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Nellis air force base Nevada

Flying Proficiency Program

Solicitation ID FA486119RA012
Posted Date 28 Jun 2019 at 11 PM
Archive Date 26 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Nellis air force base Nevada United states
Combined Synopsis/Solicitation
 
31 May 2019 

RFQ –Flying Proficiency Program 

Purchasing Agency: 99TH CONTRACTING SQUADRON
5865 Swaab Blvd, Bldg. 588 Nellis AFB, NV 89191-7063

The 99th Contracting Squadron at Nellis Air Force Base contemplates the award of an Indefinite Delivery, Indefinite Quantity contract for a Flying Proficiency Program with an estimated 5 year period of performance. The minimum order amount is estimated at $3,500 with an estimated ceiling of $5M. 

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This solicitation is issued as a request for quotation IAW FAR Part 12 and 13.

This requirement is being solicited as a 100% Total Small Business set-aside requirement. The NAICS code for this requirement is 611512 – Flight Training with a size standard of $27.5M.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA, Effective 6 May 2019. Defense Federal Acquisition Regulation DPN 20190215, Effective 30 April 2019. 


BID SCHEDULE:
Potential Offerors are to provide a quote for the items/services listed below:

O SEE ATTACHED 1449 SOLICITATION DOCUMENT AND PERFORMANCE WORK STATEMENT 


QUESTIONS:
Any questions raised as a result of this solicitation must be submitted prior to 12:00PM PST Friday, 14 June 2019. All vendor’s questions will be compiled into a single list and the answers will be uploaded as an attachment to the solicitation no later than close of business on Friday, 21 June 2019.

Proposals are due to this office no later than 12:00PM PST, 11 July 2019. Quotes must be sent via e- mail to [email protected].


Contracting point of contact:
TSgt Richard Bush, Contracting Officer, TEL: (702) 652-2099, or email: [email protected] 

 
Instructions to Offerors:

QUOTE SPECIFICS:
All quotes must include the following information:
1. Quote shall include the contractors Technical Capability as follows:
a) A technical description of the item(s)/service(s) being offered in sufficient detail to so as to evaluate compliance with the requirements listed in all CLINs, and associated Performance Work Statement (PWS). This includes, but is not limited to contractor training site, aircraft provided (Cirrus SR20/SR22), and strict compliance with all services requested in the PWS.

2. Quote shall include the contractors Price Quotation as follows:
a) Contractor’s Unit and Total Price relating to all CLINs listed in the SF 1449 Solicitation Document.

3. Company Point of Contact with name, address, email address, and telephone number.
4. Quotes must be valid for a period of no less than 45 days.

NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government’s exclusion from requests by offerors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award.

(End of Provision)
Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: 
EVALUATION
(a) The Government intends to award an indefinite delivery, indefinite quantity contract resulting from this Request for Quotation (RFQ) to the vendor whose proposal conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations:

1. Price Quotation
2. Technical Capability

(b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the lowest evaluated price that is deemed technically acceptable. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required.

Initially, the quotations will be ranked according to their total proposed price. The Government will evaluate all offers for award purposes by adding the total price for all CLINs. 

Additionally all pricing will be evaluated for completeness, reasonableness, and accuracy using procedures including but not limited to those found in FAR 15.404.  Failure to provide complete pricing may cause the Government to determine that the offer is nonresponsive. If unique and innovative approaches are the basis for an atypically priced estimate, the nature of these approaches and their impact on price must be completely documented.  The burden of proof lies with the contractor.
(End of Provision)

Bid Protests Not Available

Similar Past Bids

Location Unknown 12 Sep 2013 at 6 PM
Indian head Maryland 19 Mar 2019 at 3 PM
Nellis air force base Nevada 12 Dec 2018 at 6 PM
Fort gordon Georgia 11 Jul 2019 at 2 PM
Dover air force base Delaware 20 Sep 2021 at 2 PM