The RFP Database
New business relationships start here

S-70 Aircrew Flight & Maintenance Training


Texas, 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 (services) 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 separate written solicitation will not be issued.

Solicitation number is ID07180066. The solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Parts 12 (Commercial Items/Services), 15 (Contracting by Negotiation) and 37 (Services Contracting).

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101.

This acquisition will utilize a total set aside for small businesses. North American Industry Classification System (NAICS) Code is 611512, Flight Training and the small business size standard is $27.5 million.

The contract line item numbers with the descriptions, estimated quantities and units of issue are identified in Section M - Appendix 2 - Pricing Spreadsheet.

The General Services Administration (GSA), Acquisition Operations Division, Region 7, has received a request from the United States Air Force (USAF) Air Education and Training Command (AETC). Contracting services are required to provide aircrew qualification and aircrew maintenance training in the S-70 to support the Air Advisor Training Program within the scope of the attached Performance Work Statement (PWS). This training shall include aircraft, fuel, personnel, facilities, simulation equipment, tools, training materials, maintenance, and supervision necessary to qualify USG personnel for S-70/UH-60 flight and maintenance.

 This requirement consists of a one-year base and four one-year option periods. Performance start date is estimated to be February 18, 2019, but is subject to change.

 FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2018), applies to this acquisition and is amended in accordance with Section L.2 of this solicitation.

 FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. The following factors shall be used to evaluate offers: 

Technical/Management Approach
Past Experience (PE)
Price

 Proposals will be subjectively evaluated using relative importance. Non-price factors are listed in order of importance. Non-price factors (TMA/PE) when combined are significantly more important than Price.  As technical factors become closer in merit, price could become the determining factor for award.  Non-price factors (TMA/PE) will be evaluated first, then price.  The Government may award to other than low price. The government will select a proposal based upon a best value determination.

FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018), is to be completed and included with the offer per the instructions in Section K of the solicitation.

FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2018), applies to this acquisition and includes the following amendment:

FAR 52.212-4(c) is hereby amended as follows: The Government reserves the right to issue unilateral close out modifications to close out commercial contractual agreements, after the contractor has acknowledged the contract is closed and that no further liability exists on behalf of the parties. The Government also reserves the right under the unilateral close out modification to de-obligate money after full payment has been made to the contractor for their services under this contract.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item (JAN 2019), applies to this acquisition. Please refer to the solicitation for all other applicable provisions and clauses.

  As stated in Section L, paragraph 2.1 of the solicitation, offerors shall use IT Solution Shop (ITSS) to submit a proposal. Proposals will only be received and awarded via ITSS. The link is listed below and the ITSS Help Desk number is 1-877-243-2889. ITSS webpage is https://web.itss.gsa.gov/Login.

To submit a proposal for consideration for award, all interested offerors must send GSA an email identifying (1) offeror's name, and (2) the name of an individual employee who will act as the offeror's GSA point of contact (POC) for this requirement that is "registered in ITSS." OFFERORS MUST IDENTIFY THE COMPANY NAME AND THE POC'S NAME EXACTLY AS IT APPEARS IN ITSS. "Registered in ITSS" or "Registration in ITSS" means an offeror is successfully registered in ITSS such that the Government can select the offeror's designated POC in ITSS to receive the Request for Proposal (RFP), view an order, and be able to submit a proposal. Some offerors have multiple company divisions and employees registered in ITSS making it difficult for GSA selection. Therefore, to ensure that all interested offerors are able to submit a proposal, prompt submission of the above ITSS offeror information (offeror's name and POC) is highly encouraged. An email must be sent to tammy.mattox@gsa.gov in order to ensure registration. Offerors are instructed to please read RFP Cover letter first.

 Any questions regarding this procurement shall be sent via e-mail to kurt.kincannon@gsa.gov  and tammy.mattox@gsa.gov with the subject line "RFP Questions on SOLICITATION #ID07180066," no later than January 14, 2019 5:00 PM CST.

The proposal closing date in ITSS is February 7, 2019 at 5:00 PM (Central Standard Time). An extension to the RFP closing date and time will not be granted due to an offeror's late registration in ITSS. Any proposal received by GSA after the closing date/time is late and will not be considered for award. 


Tammy L. Mattox, Contract Specialist, Phone 972-345-1578, Email tammy.mattox@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP