Federal Bid

Last Updated on 25 Dec 2019 at 4 AM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

Rwanda C-208B EX Program

Solicitation ID FA8625-20-R-0001
Posted Date 13 Dec 2019 at 5 PM
Archive Date 24 Dec 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433

Amendment 2: This RFP Amendment is being issued to clarify administrateve changes and questions to Section L and the Statement of Work of the Rwanda C208 Grand Caravan EX solicitation:

  1. Statement of Work has been changed to incorporate the removal of sub-paragraph of 5.1.4
  2. Section L has been changed to incorporate the increase of maximum total pages for Technical Volume 1 from 30 to 35 pages.  This changes the maximum total pages for the entire proposal from 40 to 45.
  3. Questions and answers document (FA8625-20-R-0001 - RFP Question & Answer) is attached to address various questions and answers that are being shared.

Please see the updated attachments for the administrative changes and clarifications.

Amendment 1:  This RFP Amendment is being issued to clarify administrative changes and questions to Section L and Section M of the Rwanda C208 Grand Caravan EX solicitation:

  1. For Subfactor 3 – IMS in Section M, the "substantiate the ability to ferry" dates are the dates that the first aircraft will be ferried and in Rwanda.
  2. For the second aircraft, there is no firm delivery date, however, the Government requests that it be delivered as soon as possible after first aircraft.
  3. In Section 9 under the “Additional Information” of Section L, the page limit was stated to be thirty-five (35) total pages. The amount has been corrected to reflect the amount of forty (40) pages as stated in page 3 of Section L Item # 7.
  4. Section L Item # 7 is updated from two volumes to three volumes to correctly reflect the requirement of the three volumes: Technical, Price and Contract Documentation.
  5. Clarification that “Proposal” is acceptable in the proposal headers.
  6. Section L, under the “Additional Instructions” Item 2, Period for Acceptance of Offerors states that price must be firm for 120 days. This was changed to 180 days to reflect the requirement of 180 days as stated on the SF-33.

Please see the updated Section L for the administrative changes.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 15.101-2, 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. The Government reserves the right to award without discussions.  In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

The solicitation document, FA8625-20-R-0001, is a Request for Proposals (RFP) and incorporates the applicable FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-88.

This RFP is designated for a full and open competition with a schedule risk factor and incentive.

This requirement is for the purchase, delivery and spares for two (2) TAI C-208B Grand Caravan EX aircraft.

CLIN              Item Description

0001                Textron C-208B EX Aircraft

0001AA          Aircraft #1 – Tail #

0001AB          Aircraft #2 – Tail #

0002                C-208B EX Spares Package

0003                C-208B EX Support Equipment

0004                C-208B EX Technical Publications Subscription

0005                Flight Training Device (FTD)

0006                FTD Spares Package

0007                (Option) Interim Logistics Support (ILS) for FTD

0008                (Option) ILS for FTD

0009                (Option) ILS for C-208B EX Aircraft

0010                (Option) ILS for C-208B EX Aircraft

0011                Alternate Mission Equipment (AME) Citadel Encryption
                         Tactical Radio

0012                Alternate Mission Equipment (AME) - All Other

0013                C-208B EX Modifications – Citadel Encrypted Tactical Radio

0014                C-208B EX Modifications – All Others

0015                C-208B EX Aircraft Ferry

Although the aircraft and aircraft modifications are on separate CLINs, the inspection and acceptance of the aircraft will not occur until the aircraft and all aircraft modifications are complete.

Period of Performance: First aircraft ferry to Rwanda no later than 30 June 2021, with contract terminating July 2022.

Ship to: Kigali, Rwanda. FOB is Origin.

Additional information: Section 604(a)(1) of the Foreign Assistant Act (FAA) requires that funds made available for assistance under the FAA may be used for procurement only in the United States, the recipient country (Rwanda), or non-advanced developing countries.

Offerors should note that their personnel staying in Rwanda will have access to U.S. Embassy services just as any U.S. citizen would. Offerors should review the following web sites to better familiarize themselves and their personnel with Rwanda.

     - Foreign Clearance Guide: https://www.fcg.pentagon.mil/fcg.cfm

     - U.S. Embassy Rwanda: https://rw.usembassy.gov/

     - U.S. Department of State: 
        https://travel.state.gov/content/travel/en/international-travel/
        International-Travel-Country-Information-Pages.html

The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.

The provision at 52.212-2, Evaluation--Commercial Items, applies to this acquisition.

52.212-3, Offeror Representations and Certifications - Commercial Items.  If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer.

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website.

(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]

If an offeror has not completed the annual representations and certificates electronically at the SAM website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o).

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.

The provision at 52.209-7, Information Regarding Responsibility Matters applies to this acquisition.

The provision at 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations applies to this acquisition.

All items must be TAA compliant in accordance with FAR. 52.211-15

DPAS rating is DO-A1.

Open Market pricing is required.

Anticipated Award Date: NLT 30 JUNE 2020.

Lt. Col. Brian Miller has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at [email protected].

Proposals are due by 4:00PM EST, 23 DECEMBER 2019. Proposals shall be sent via  DoD SAFE at https://safe.apps.mil/ to Zachary Goit (email [email protected]).  Any questions regarding this acquisition should be directed to Zachary Goit at (937) 713-0150 or by e-mail.

Attachments:

  • Contract Document
  • Section L - Instructions to Offerors
  • Section M - Evaluation Factors
  • Total Evaluation Price (TEP) Matrix
  • Enclosure 1 - Spares and Consumables
  • Enclosure 2 - POL and Common Tools
  • Contract Data Requirements List (CDRLs)
  • Brand Name Justification and Approval 
Bid Protests Not Available

Similar Past Bids

Location Unknown 15 Nov 2021 at 4 PM
Location Unknown 28 Oct 2019 at 3 PM
Location Unknown 04 Oct 2019 at 12 PM
Location Unknown 16 Feb 2011 at 4 PM
Location Unknown 22 Sep 2014 at 6 PM

Similar Opportunities

Oklahoma city Oklahoma 31 Dec 2025 at 10 PM
Oklahoma city Oklahoma 31 Dec 2025 at 10 PM
Location Unknown 10 Aug 2025 at 4 AM