The RFP Database
New business relationships start here

150th Emergency Evacuation Training


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a small business set-aside. This solicitation, PANNGB-19-P-025569, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018.


The Government intends to award a Firm-Fixed Price Contract with a base and two Option Periods.


The New Jersey Air National Guard, 108th Wing on behalf of the 150th Special Operations Squadron, requires emergency evacuation (EV01) training for the C-32B (757-20) airframe for 5-12 crewmember per class, with an estimated 3 classes required per year.


All training shall be conducted at the Contractors facility, which is required to be an FAA approved training facility, with FAA approved instructors in accordance with Attachment 1- Performance Work Statement (PWS).


Please provide your proposal with the following price breakdown structure:


PROPOSAL FORMAT


0001- Base Year - Emergency Evacuation Training Class - 3 Each


0002 - Base Year - Contractor Manpower Reporting - 1 Each


1001 - Option Year 1 - Emergency Evacuation Training Class - 3 Each


1002 - Option Year 1 - Contractor Manpower Reporting - 1 Each


2001 - Option Year 2 - Emergency Evacuation Training Class - 3 Each


2002 - Option Year 2 - Contractor Manpower Reporting - 1 Each


The North American Classification System (NAICS) code for this acquisition is 611512 - Flight Training- ($27.5M).


BASIS FOR AWARD: Lowest price technically acceptable.


Contract Proposals will be due by 1200PM EST on 30 August, 2019. All proposals shall be submitted by email to karen.e.foulds.mil@mail.mil.


The following provisions are incorporated into this solicitation by reference:


FAR 52.204-7, System for Award Management


FAR 52.208-9, Contractor Use of Mandatory Sources of Supply and Services


FAR 52.212-1, Instructions to Offerors - Commercial


FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards


DFARS 252.204-7011, Alternative Line Item Structure


DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations


DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons


DFARS 252.225-7050, Disclosure of Ownership by the Government of a Country that is a State Sponsor of Terrorism


The following clauses are incorporated into this solicitation by reference:


FAR 52.203-3, Gratuities


FAR 52.204-9, Personal Identity Verification of Contractor Personnel


FAR 52.212-4, Contract Terms and Conditions - Commercial Items


FAR 52.217-8, Option to Extend Services


FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)


FAR 52.222-50, Combating Trafficking in Persons


FAR 52.232-39, Unenforceability of Unauthorized Obligations


FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors


FAR 52.233-3, Protest After Award


FAR 52.233-4, Applicable Law for Breach of Contract Claim


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials


DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights


DFARS 252.204-7000, Disclosure of Information


DFARS 252.204-7003, Control of Government Personnel Work Product


DFARS Clauses 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls


DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting


DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support


DFARS 252.211-7008, Use of Government-Assigned Serial Numbers


DFARS 252.223-7008, Prohibition of Hexavalent Chromium


DFARS 252.225-7012, Preference for Certain Domestic Commodities Certifications - Commercial Items Alternate I


DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials


DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate


DFARS 252.247-7022, Representation of Extent of Transportation by Sea


The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses.


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items


FAR 52.252-2, Clauses Incorporated by Reference


DFARS 252.211-7003, Item Unique Identification and Valuation


DFARS 252.232-7003, Electronic Invoicing


DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.aqusititions.gov.


Karen Foulds, Contracting Specialist, Phone 6097544157, Email karen.e.foulds.mil@mail.mil - Joyce Baker, Contracting Officer, Phone 6097543117, Email joyce.a.baker4.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP