Federal Bid

Last Updated on 10 Feb 2012 at 10 PM
Combined Synopsis/Solicitation
Edwards New york

Robinson R-44 Helicopter Test Management Project Sorties

Solicitation ID FA9302-12-R-0014
Posted Date 05 Jan 2012 at 9 PM
Archive Date 10 Feb 2012 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 Edwards New york United states
The solicitation number is FA9302-12-R-0014. This is a combined synopsis/solicitation for commercial items 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. This is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 and DFARs Change Notice (DCN) DPN 20111207. Federal Supply Class/Service (FSC) code is U009. NAICS is 611512 and the size standard is $25,500,000.00. This acquisition is a 100% Small Business set-aside effort.

The AFFTC Contracting Directorate, Edwards Air Force Base, CA is seeking to purchase the following service via an Indefinite Delivery / Indefinite Quantity:

Robinson R-44 Helicopter for non experimental test management sorties with qualified pilot instruction.

Read attached Performance Work Statement (PWS) Dated 10/25/2011 for performance requirements (Attachment 1).

The anticipated period of performance 1 Feb 2012 to 30 Jan 2014

First visit is anticipated on or around 27 Feb 2012 through 02 March 2012. Contractors should make arrangements to ensure this event can be fulfilled.

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 (Attachment 5) listed pursuant to FAR clause 52.212-02. 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 this flight. If the LPTA offeror is deemed unacceptable, the next LPTA may be requested. 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.

Task Orders will be issued for each individual visit. The minimum is the guaranteed quantity to be ordered, the maximum quantity is the most that could be requested throughout the entire period of performance. Offeror shall provide quotation for the following minimum and maximum quantities using the Exhibit Line Item Pricing Spreadsheet (see Attachment 6):

CLIN # Noun Guaranteed Min QTY Max QTY
0001 Pilot/Instructor 10 Days 60 Days
0002 Sorties 27 Hours 136 Hours
0003 Wet Rate/Ferry 2 Each 16 Each
0004 Standby/Weekend Rate 2 Days 16 Days

Submission Instructions:
1. Read all provisions and clauses incorporated herein as Attachment 3 (specifically ADDENDUM to 52.212-1 & 52.212-2 commencing on page 16).
2. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov/.
3. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED, TO INCLUDE FAR 52.212-3 AND DFARS 252.212-7000. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL: http://www.bpn.gov/.
4. All provisions (Attachment 3) must be completed upon submission of quote.
5. Obtain and prepare proof of insurance as outlined on Section 3.1 of the PWS.
6. Complete Attachment 6, Exhibit Line Item Pricing Spreadsheet (this document will become an attachment to the contract upon award).
7. In accordance with FAR clause 52.212-2, Attachment 5 will be used to ensure technical competency of your aircraft and will be completed by the technical evaluation team.
8. All clauses will be incorporated into final contract as well as the appropriate Wage Determination (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 quote including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis.

Offers are due at the AFFTC/PKEW, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, no later than 13 Jan 2012 at 4pm PST. Submissions via email are preferred at e-mail address [email protected] or FAX 661-277-3746.

Primary Point of Contact:
Alberto J. Safille, Contract Specialist, Phone 661-277-8884, [email protected]

Secondary Point of Contact:
Ronda Satori, Contract Officer, Phone 661-277-1584, E-mail [email protected]

Attachment(s):
1. Performance Work Statement, dated 10/25/11
2. Wage Determination
3. List of Clauses and Provisions applicable.
4. Operating Instruction 11-5, Attachment 3, & Operating Instruction 11-5, Attachment 4
5. Technical Evaluation Factors
6. Exhibit Line Item Pricing Spreadsheet

Bid Protests Not Available

Similar Past Bids

Edwards New york 27 Oct 2011 at 5 PM
Edwards New york 05 Jan 2012 at 8 PM
Edwards New york 27 Oct 2011 at 5 PM
Location Unknown 03 Oct 2013 at 9 PM
Range Alabama 02 Feb 2018 at 6 PM